RFP for A-E Services Army Cyber Center of Excellence Campus, Fort Gordon, GA

 

:
W912HN-17-R-0016
:
Combined Synopsis/Solicitation
 
:
Added: Feb 01, 2017 11:01 am
A-E Services Army Cyber Center of Excellence Campus, Fort Gordon, GA
Solicitation Number: W912HN-17-R-0016

Technical Point of Contract: Samuel J Hong at 912-652-5556 or email: samuel.j.hong@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil; and Contractual Questions to: Sabrina Bastine at 912-652-5943 or email: sabrina.bastine@usace.army.mil; Questions concerning SF330; Wade Marshall at 912-652-5117 or email: wade.a.marshall@usace.army.mil.

1. CONTRACT INFORMATION: a) The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firm for one multidiscipline Indefinite Delivery Contract (IDC) for large projects. This contract is being procured in accordance with the Selection of Architect Engineers (formerly known as the Brooks A-E Act), as implemented in FAR Subpart 36.6. All Architects and Engineers (A-E), including subcontractors, are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Firms will be selected for negotiations based on demonstrated competence for the required work. Contracts may be issued up to one year after selection approval. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects for the Fort Gordon's Cyber Center of Excellence (CCoE) campus. The contract will be for one basic ordering period of five years or $45,000,000. Work will be issued by negotiated firm-fixed price task orders. Task Orders will be primarily for large CCoE campus projects with a construction value greater than $50 million, however as required, smaller projects related to or supporting the build-out of the CCoE campus may be executed under this contract. These task orders are firm fixed price. Projects to be designed are not yet determined and funds are not presently available. The award will be made under North American Industry Classification System (NAICS) 541330 which has a small business size standard of $15.0 million in average receipts. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan to meet the Savannah District small business targets. Of the subcontracted work, 50% of the work would go to small business; 17% to small disadvantaged business (a composite of small business); 18% to women-owned business (a composite of small business); 10% to HUBZone small business (a composite of small business); 4% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business); and 8.5% to Veteran-owned small business (a composite of small business). The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The 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 the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220.

2. PROJECT INFORMATION:

A-E services for the CCoE campus at Fort Gordon will provide Design and Design related services for four projects currently planned to be to be constructed in FY19, FY20, FY22 and FY25. Each of the first three projects has an estimated construction cost of about $90 Million and the fourth project has an estimated construction cost of about $70 Million. The FY25 project is currently outside the ordering period for this contract, but there is potential that it may be moved forward to an earlier year. These four projects, plus other projects related to or supporting the campus build-out support the vision - to integrate cyber, signal, electronic warfare, and intelligence capabilities to build operationally relevant cyber capacity and capability, train soldiers and civilians, develop enterprise requirements, within a top secret/secure compartmented information environment, which support the warfighter, and transform Fort Gordon, Georgia.

Work may consist of preparation of reports, studies, master planning, programming documents, project planning, full design and design-build documents, drawings and specifications, commissioning efforts, cost estimates, asbestos and lead paint surveys, topographic and geotechnical surveys, LEED and Energy studies and applications, application of ATFP requirements, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. The firm may be required to provide construction phase services, preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design must comply with the Savannah District Design Manual. All design will utilize Building Information Modeling (BIM) software. BIM software platform and drawing file format will be determined per task order. All drawing files will be developed using the AEC Standard, as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks).

3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Submissions will be evaluated on each of the factors listed below. Each of the first three factors will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. The remaining factors will be assigned either a Pass or Fail rating. A "Fail" rating on any factor will remove that proposal from further consideration. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each is significantly more important than Factor 3 (Past Performance). Factor 4 (Work Management), Factor 5 (Knowledge of Locality), Factor 6 (Small Business Participation), and Factor 7 (Volume of DoD Contract Awards) will be assigned a Pass or Fail rating. Each of the Pass/Fail criterion will be evaluated first. A "Fail" rating on any of those factors will result in the elimination of the proposal from further consideration.

FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in:

Design of complex cyber security facilities. Design has to be 100% completed within the last seven years of the date this synopsis is posted, and has a minimum construction dollar value of $50M. A complex of cyber facilities exceeding $200M in total construction costs may receive higher ratings.

The Offeror will be required to demonstrate specialized experience and ability in the following areas:
a. IT Systems or Network Engineer. Integration of extensive, robust, internal communication networks (wired, wireless, unclassified, and classified) into building systems architecture, highly complex and innovative audio-visual and graphic display.
b. Experience with all forms of electronic security (card readers, cameras, etc) and Electromagnetic pulse Protection (EMP) or Electromagnetic Shielding (RF Shielding). 
c. Designs of facilities that house classified information and networks.
d. ATFP and Blast. Experience in design of Department of Defense anti- terrorism/force protection (AT/FP) design criteria and construction standards to include blast analysis.
e. Design of various electronic classrooms, or auditoriums in a classified environment. 
f. LEED. Utilization of sustainable design concepts and principles in obtaining requisite LEED Silver or higher certification on completed projects. Submit one project that achieved a minimum LEED Silver certification.
g. Security Clearance. Experience working on projects requiring secret or TS/SCI clearance.
h. Collaboration. Experience working in a collaborative environment with contracting, various government agency user groups, consultants in supporting project requirements, goals and objectives within budget and scope.
i. The ability to manage simultaneous designs.

The basis of the evaluation will be the information in Section F of the SF 330.

FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. 
Primary disciplines: (Professional licensure of each Primary Discipline's Key Personnel to be assigned to this contract). Offeror shall exhibit proof of licensure, with a minimum of 8 years of experience in their respective discipline. Provide a minimum of three relevant projects for each person. Provide role of the key person on the relevant project and the specific tasks performed by the key person. Project information should be brief and highlight type of work, size, and construction value. Submit an organizational chart with security clearance and professional registration held (PE, RA, RCDD, etc) for each person. All personnel working under this contract must be U.S. Citizens. 
1. Project Manager
2. Architect
3. IT Systems/Network/Communications Engineer
4. Mechanical Engineering
5. Electrical Engineering

Do not provide relevant projects for other disciplines, but indicate the availability and experience of other disciplines within the firm(s). 
The basis of evaluation will be information provided in section E of the SF 330.
The evaluation will consider the availability of an adequate number of personnel in the key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team.
Registration/certification for all other professionals is encouraged. The fire protection engineer must be either: an engineer having a BS or MS degree in fire protection engineering, from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; or, a registered PE who has passed the NCEE fire protection engineering written exam; or a registered PE in a related engineering discipline with a minimum of 5 years' experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm(s). Experience of the prime firm and significant subcontractors working together will be evaluated.


Security (SF 330 Part 1 Section H-Additional Information): 
Offeror is required to demonstrate the capacity of the firm and proposed design team in the following area:
A minimum of three key project design team personnel, two of which must be in the working disciplines (non-project management) must possess valid current final Top Secret Security Clearances. It is mandatory that the Contractor maintain a work force cadre of cleared Top Secret personnel to work in such areas, as needed.


FACTOR 3 - PAST PERFORMANCE. 
Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Architect-Engineer Contract Administration Support System (ACASS) merged into a single application under the Contractor Performance Assessment Reports System (CPARS). CPARS is the primary source of information on past performance. If completed CPARS is not available, DoD standard Past Performance Questionnaires (PPQ) should be submitted. CPARS will be queried for all firms submitting a SF330. The board will consider the relevancy of each performance evaluation on AE services contracts to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. In addition to CPARS and PPQ, the board may seek information on past performance from other sources. In particular, the board may evaluate the responding firm's past performance working in a collaborative environment with other government agencies. Each project in Section F of the SF 330 shall include contact information for the owner, the construction contractor, and other stakeholders.

A firm that has earned excellent evaluations and/or positive feedback on recent relevant DoD contracts for similar size, scope, and complexity of projects will be given additional consideration.
The evaluation of this factor will be based on the past performance information from the previous five years.

FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. This plan must demonstrate prior successful implementation of quality management, subcontractor management, version control management, and proactive internal and external communication protocol, as well as implementation of an independent review process of all submittals in order to receive a Pass rating. Independent is defined as not having any other project-related responsibility.

FACTOR 5 - KNOWLEDGE OF LOCALITY. A proposal must demonstrate at least 1 project on a US Military Installation over the past 5 years to receive a Pass rating.

FACTOR 6 - SMALL BUSINESS PARTICIPATION. A proposal must include an acceptable Small Business Participation Plan in order to receive a Pass rating. An acceptable plan is defined as one that provides: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses.

FACTOR 7 - VOLUME OF WORK. A proposal must demonstrate the ability to effectively staff a minimum of $45M in DOD contract awards over the next 60 months in order to receive a Pass rating.


**** 4. SUBMISSION REQUIREMENTS. 
SUBMISSION REQUIREMENTS - Interested firms having capabilities to perform this work must submit 11 hard copies of the SF330 along with a CD of the SF330. The entire submission of the SF330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF330 should not exceed 50 pages (8.5" x 11"), including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past five years. Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER AND CAGE CODE FOR THE OFFICE PERFORMING THE WORK IN SECTION B.5 OF THE SF330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submissions are to be received in this office by March 3, 2017, no later than 4:00 EST. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Any questions concerning submissions should be directed to Sabrina Bastine at (912) 652-5943. No hand carried submissions will be accepted. All submissions must be addressed to:
DEPARTMENT OF THE ARMY
SAVANNAH DISTRICT, CORPS OF ENGINEERS
CESAS-EN-EP - Attn: Wade Marshall
100 W. OGLETHORPE AVENUE
SAVANNAH, GA 31401-3640
Questions concerning the SF-330 or mailings should be directed to Wade Marshall at 912-652-5117 or email: wade.a.marshall@usace.army.mil. PERSONAL VISITS FOR DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL. ***

:
Attn: CESAS-CT
100 W. Oglethorpe Ave
Savannah, Georgia 31402-0889 
United States 
:
Sabrina Bastine,
Contracting Officer
Phone: 9126525943


Read the complete story ...
Featured Video
Jobs
Advanced Mechanical Engineer for General Dynamics Mission Systems at Canonsburg, Pennsylvania
Mechanical Engineer for PTEC Solutions at Fremont, California
Mechanical Engineering Technical Leader for Cisco Systems Inc at San Jose, California
Senior Software Engineer (GIS) for SeeScan, Inc. at San Diego, California
Upcoming Events
Building Innovation 2024 at Capitol Hilton washington D.C. MD - May 22 - 24, 2024
23rd California Green Building Conference 2024 at The Beehive, a SoLa Impact Company in South Los Angeles CA - May 23, 2024
Digital Construction Week UK 2024 at ExCeL London london United Kingdom - Jun 5 - 6, 2024
AIA Conference 2024 at Walter E. Washington Convention Center Washington, D.C. MD - Jun 5 - 8, 2024



© 2024 Internet Business Systems, Inc.
670 Aberdeen Way, Milpitas, CA 95035
+1 (408) 882-6554 — Contact Us, or visit our other sites:
TechJobsCafe - Technical Jobs and Resumes EDACafe - Electronic Design Automation GISCafe - Geographical Information Services  MCADCafe - Mechanical Design and Engineering ShareCG - Share Computer Graphic (CG) Animation, 3D Art and 3D Models
  Privacy PolicyAdvertise