Federal Bid

Last Updated on 09 Feb 2019 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Saudi Arabia AE SATOC

Solicitation ID W912ER19R0006
Posted Date 07 Jan 2019 at 7 PM
Archive Date 09 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Middle East District
Agency Department Of Defense
Location United states

W912ER-19-R-0006

Architect-Engineer Design Contract-FMS Case SR-P-SBV, Multi-Mission Surface Combatant Facilities and Infrastructure Design

Combined Synopsis/Solicitation:

This is a combined synopsis/solicitation for Architect-Engineer services. A solicitation package will not be issued; this is not a request for proposals.

1. GENERAL INFORMATION:

This contract is being procured by the U. S. Army Corps of Engineers, Middle East District, in accordance with the Brooks Act (Public Law 92-582, as amended: 40 U.S.C. 541), as implemented in Federal Acquisition Regulation Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will include military mission facility and infrastructure design requirements including design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services, and subject matter expert support specific to FMS Case SR-P-SBV Line 59. The United States Army Corps of Engineers, Transatlantic Division Middle East District (TAM) intends to award one (1) Single Award Task Order Contract with an estimated value of $45,000,000.00. The period of performance will be one year with 4 one year options. Work will be issued by a negotiated firm-fixed-price Task Order. Options will be exercised in accordance with FAR 52.217-9, "Option to Extend the Term of the contract." Under the provisions of 52.217-8 "Option to extend Services", the government may require continued performance of any services within the limits at the rates specified in the contract. The option provision may be exercised more than once, but the total extension of performance shall not exceed 6 months. Only firms who are committed to working on-site and in-country, either as the prime firm or with subcontractors, in the Kingdom of Saudi Arabia will be considered for this procurement. The North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $15,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. The contract is anticipated to be awarded in second quarter of FY 2019. All large business firms must comply with FAR 52.219-9, Small Business Subcontracting Plan, regarding the requirement for an acceptable subcontracting plan on that part of the work it intends to subcontract. The plan is not required to be included in the information submitted in response to this announcement. Work will be issued by a negotiated firm-fixed-price Task Order.

TAM subcontracting goals are as follows: A goal of a total of $1,000,000.00 for Small Business Participation under this contract-the relative percentages for each type are:
(a) 60% of the contract value subcontracted or performed with small business concerns; (b) 10% of the contract value subcontracted or performed with those small business concerns owned and controlled by HUBZones;
(c) 10% of the contract value subcontracted or performed with those small business concerns owned and controlled by Service-Disabled Veterans;
(d) 10% of the contract value subcontracted or performed with those small business concerns owned and controlled by socially and economically disadvantage individuals; (e) 10% of the contract value subcontracted or performed with those small business concerns owned and controlled by women. Contractor compliance with the Small Business Subcontracting Plan will be monitored through regular submission of reports into the Electronic Subcontracting Reporting System (eSRS). This plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations.

To be eligible for contract award, a firm must be registered in System for Award Management (SAM). Register via the SAM internet site at https://www.sam.gov.
NOTE: All firms should be aware that the limitations of DFARS 236.602-70 is NOT a requirement for this procurement, but the Government has determined it is in its best interest to incorporate the requirement into this procurement. This clause requires that A-E contracts funded by military construction appropriations that are estimated to exceed $500,000, and are to be performed in countries bordering the Arabian Gulf, can only be awarded to United States firms or to joint ventures of United States and host nation firms. The design services for this contract are in support of a Foreign Military Sales case for the Kingdom of Saudi Arabia. In order to allow for the greatest amount of competition among qualified A-E firms, it is noted that at least 50%, if not more, of the work in the performance of the contract shall be performed by U.S. firms or joint ventures involving U.S. firms.

2. PROJECT LOCATION:

A-E services to support mission execution in the Kingdom of Saudi Arabia.

3. SERVICES REQUIRED: The specific nature of the work to be performed will be addressed within the contract's detailed scope of work. The Government anticipates the following services may be required, from the initial stages of program development and planning, through all aspects of design including but not limited to:

- development of charrettes;
- Incremental field and site investigations of conditions and report of findings and recommendations;
- Incremental topographic surveys;
- development of design criteria and programming;
- incremental utility surveys and utility profiles;
- incremental geotechnical investigation;
- engineering studies, before construction;
- presentations and briefings;
- provision of engineering experts and consultants;
- design analysis; basis for design;
- phase design including schematic/conceptual/early preliminary (35%);
- preliminary design development, plans, and specification development (65%);
- final design/plans/construction documentation and contract specifications package including submittal register and special clauses (100%);
- corrected final package;
- ad hoc environmental toxic and hazardous material testing and remediation;
- life cycle cost analysis;
- budget or cost estimates, current working estimates, preparation of authorizing
documents, such as Letters of Requirement, Letters of Offer and Acceptance, and preparation of 1391 documents, ;
- geographic information system (GIS) support;
- site planning; scheduling;
- proposal schedules with quantity values;
- independent technical reviews;
- Cost Schedule Risk Analysis;
- value engineering;
- quality control;
- bidder inquiries; technical reviews;
- design-build, design-bid-build packages, or a combination of both;
- Requests For Proposal;
- Translate documents from English to the language of the specific country.
- Title II design support during construction,

Priority facility designs include the following: Coastal Engineering (C07), Corrosion Control, Cathodic Protection, Electrolysis (C17), Dredging Studies and Design (D08), Electrical Studies and Design (E03), Fire Protection (F03), Harbors, Jetties, Piers, Ship Terminal Facilities (H01), Heating, Ventilating, Air Conditioning (H04), Military Design Standards (M05), Office Building s (O01), Oceanographic Engineering (O02), Ordinance, Munitions, Special Weapons (O03), Petroleum and Fuel, Storage and Distribution (P02), Planning (Site/Project) (P06), Plumbing and Piping Design (P07), Power Generation, Transmission, Distribution (P12), Sewage Collection, Treatment and Disposal (S04), Soils and Geologic Studies, Foundations (S05), Special Environments, Clean Rooms, etc. (S08), Structural Design, Special Structures (S09), Traffic and Transportation Engineering (T03), Utilities (U03), Warehouses (W01), Water Supply, Treatment, and Distribution (W03), Testing Facility Design (W04).The above mentioned criteria are the predominance applicable in support of the MMSC Facilities and Infrastructure Design and Construction for the Naval Base, associated infrastructure, and supporting facilities.

Design discipline function codes under these criteria include Architecture (06), CADD Technician (08), Civil Engineer (12), Communications Engineer (13), Corrosion Engineer (17), Cost Engineer/Estimator (18), Electrical Engineer (21), Environmental Engineer (24), Fire Protection Engineer (25), Foundation/Geotechnical Engineer (27), Hydrographic Surveyor/Engineer (33), Interior Designer (37), Mechanical Engineer (42), Planner (47), Project Manager (48), Sanitary Engineer (52), Scheduler (53), Security Specialist (54), Soils Engineer (55), Specifications Writer (56), Structural Engineer (57), Transportation Engineer (60), and Value Engineer (61).


4. SELECTION CRITERIA:

The selection criteria for this Architect-Engineer (A-E) services are listed below in descending order of importance with criteria "a" and "b" being equal. Criteria "a" through "h" are primary. Criteria "i" and "j" are secondary and will only be used as "tie-breaker" among firms that are essentially technically equal.

a) Professional Qualifications. The evaluation will consider the qualifications in the design of facilities or systems similar to those listed in Paragraph 3 (Services Required), above, availability, and length of service of the firm's key U.S. Licensed or Registered Professional personnel in the following disciplines: Architecture (06), CADD Technician (08), Civil Engineer (12), Communications Engineer (13), Corrosion Engineer (17), Cost Engineer/Estimator (18), Electrical Engineer (21), Environmental Engineer (24), Fire Protection Engineer (25), Foundation/Geotechnical Engineer (27), Hydrographic Surveyor/Engineer (33), Interior Designer (37), Mechanical Engineer (42), Planner (47), Project Manager (48), Sanitary Engineer (52), Scheduler (53), Security Specialist (54), Soils Engineer (55), Specifications Writer (56), Structural Engineer (57), Transportation Engineer (60), and Value Engineer (61). More emphasis may be placed on personnel who have qualifications that support design actions for the priority facility designs noted. Firms with greater numbers of employees within the Function Codes listed above may be given more consideration in the selection process. Firms possessing employees in the majority or all of the codes listed may be given more consideration in the selection process.

b) Specialized Experience & Technical Competence. Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates. Demonstrate current specialized experience and technical competence relative to the design services listed in Paragraph 3 (Services-Required), above. Firms must possess current experience and technical competence in the Experience Categories listed in Paragraph 3 to be considered for selection. Emphasis shall be placed on a firm's specialized experience and technical competence that relates to the priority facility designs as follows: Coastal Engineering (C07), Corrosion Control, Cathodic Protection, Electrolysis (C17), Dredging Studies and Design (D08), Electrical Studies and Design (E03), Fire Protection (F03), Harbors, Jetties, Piers, Ship Terminal Facilities (H01), Heating, Ventilating, Air Conditioning (H04), Military Design Standards (M05), Office Building s (O01), Oceanographic Engineering (O02), Ordinance, Munitions, Special Weapons (O03), Petroleum and Fuel, Storage and Distribution (P02), Planning (Site/Project) (P06), Plumbing and Piping Design (P07), Power Generation, Transmission, Distribution (P12), Sewage Collection, Treatment and Disposal (S04), Soils and Geologic Studies, Foundations (S05), Special Environments, Clean Rooms, etc. (S08), Structural Design, Special Structures (S09), Traffic and Transportation Engineering (T03), Utilities (U03), Warehouses (W01), Water Supply, Treatment, and Distribution (W03), Testing Facility Design (W04). Firms that show recent, relevant TAM design experience (within 5 years of this date of this announcement), may be given more consideration in the selection process. Experience in using MicroStation V8i, AutoCAD, Bentley Architecture, AutoDesk Revit, TRACES, Microcomputer Aided Cost Estimating Systems/ MII, PACES, PC COST, SpecsIntact, ProjectWise, and Primavera or MS Project will be considered. Experience in and knowledge of U.S. Government contracting processes, and U.S. Army Corps of Engineers and TAM design requirements will also be considered.

The evaluation will consider projects performed by the prime firm and consultants that demonstrate their specialized experience and technical competence. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required.

c) Management Plan.
Submittals must include in Block H of the SF 330 a Management Plan that addresses, as a minimum, the firm's approach to project management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination with subcontractors or consultants and joint venture partners. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance schedules. Demonstrate the ability to form partnerships or subcontract with local A-E design firms, professionals or local contractors, qualified and experienced in the design of facilities or systems similar to those listed in Paragraph 3 and familiar with the rules, regulations, and standards of The Kingdom of Saudi Arabia Firms with a greater number of relationships within the Kingdom of Saudi Arabia Ministry of Defense, Saudi Electric Company, and other Ministries/Agencies may be given more consideration in the selection process. The firm's Design Quality Management Plan (DQMP) for this solicitation will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation.

d) Past Performance. CPARS (formerly known as ACASS) and other available past performance information on DOD and other contracts with respect to quality, schedule, cost control, and management will be used to evaluate past performance.

e) Capacity. Demonstrate the ability to successfully perform a minimum of $15 million dollars of design services per year over a two (2) year period through self-performance, via joint venture or partnership relationships, or with the assistance of subcontractors. Firms with greater capacity may be given more consideration in the selection process.

f) Knowledge of Locality. Firms must demonstrate experience (within 5 years from the announcement date) in the GCC countries. Firms with experience in a greater number of GCC countries may be given more consideration in the selection process, and firms with a greater amount of experience (within 5 years from the announcement date) in the Kingdom of Saudi Arabia may be given more consideration in the selection process.

g) Knowledge of Military Installations. Firms must demonstrate experience (within 5 years from the announcement date) having performed design work for military installations. Firms with a greater amount of experience with Kingdom of Saudi Arabia Military Installations may be given more consideration in the in the selection process. Firms with a greater amount of experience with Royal Saudi Naval Forces installations may be given more consideration.

h) USACE Experience. Firms must demonstrate experience (within 5 years from the announcement date) having performed A-E services design work for the U.S. Army Corps of Engineers. Firms that with a greater amount of A-E service experience for USACE may be given more consideration.

i) Geographic Locality (secondary criterion). Firms with offices located within the Saudi Arabia and with an established office within the Kingdom may be given more consideration in the selection process.

j) Small Business and Small Disadvantaged Business Participation (secondary criterion). Extent of participation of small business (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a total dollar amount goal, and respective percentage of contribution by each type as outlined above.

5. SUBMISSION REQUIREMENTS:

Interested firms having the capabilities to perform this work must submit the following: one (1) original and four (4) copies of Standard Form (SF) 330 Part I and Part II for the prime firm and all consultants/joint ventures and groups of firms and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 12:00 p.m. Eastern Time on 18 January 2019:

U.S. Army Corps of Engineers, Middle East District,

Attention: Mrs. Christa Proctor, mail address:
PO Box 2250, Winchester, VA 22604-1450;
Overnight mail address:
201 Prince Frederick Drive,
Winchester, VA 22602
The SF 330 Part I shall not exceed 125 pages (8.5" x 11"). A page is defined as one 8.5" x 11" sheet with printing on both sides. In the event of electronic submittals the page count should be double the 125 page limit. Proposals should use no smaller than font size 12. Include the firm's DUNS number in SF 330, Part I, Section H. In section H, describe the firm's overall quality management plan. A project-specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H, indicate the estimated percentage involvement of each firm on the proposed team (if applicable). Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal.

Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Joint Ventures shall submit the following additional documentation of evidence of a Joint Venture entity:

a. A copy, or translation, of a legally binding Joint Venture agreement in English, if applicable, must be provided. Failure to do so, if applicable, may result in the offeror being discontinued from further consideration for this procurement.

b. Identification of the party who can legally bind the Joint Venture.

If credit for the experience and past performance of key subcontractors is desired, English (if applicable) translations and copies of original letters of commitment shall be submitted. Failure to do so, if applicable, will result in the offeror being discontinued from further consideration for this procurement.


PROJNET BIDDER INQUIRY INSTRUCTIONS:

To submit and review bid inquiry items, bidders need to be registered. Those new to the system can self-register by going to www.projnet.org/projnet.

Click Quick Add. Select agency: USACE. Enter key: P9AQY7-YCKPST. Enter email, click agree, and Continue. Unregistered users will be asked to register.

Once you have logged in, you may view all bidder inquiries or add a new inquiry.
Offerors will receive an acknowledgement of their question via email, followed by an answer to the question after it has been processed by the Middle East District's technical team.

Note that offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. Only questions pertaining to the Design Services Indefinite Delivery Contract will be entertained.

a. Primary Point of Contact:
MAJ Melody Varner, Contract Specialist,
201 Prince Fredrick Drive
Winchester, VA 22604
Email: [email protected]

b. Secondary Point of Contact (if primary is not available):
Mrs. Christa Proctor, Contracting Officer
201 Prince Fredrick Drive
Winchester, VA 22604
Email: [email protected]


END OF ANNOUNCEMENT

Bid Protests Not Available