Repair 3rd Generation Hardened Aircraft Shelters (HAS)
1. CONTRACT INFORMATION: This is a public announcement in accordance with Public Law (PL) 92-582 "The Brooks Act" and FAR Subpart 36.6 acquisition procedures. Applicants shall be evaluated and selecti... 1. CONTRACT INFORMATION: This is a public announcement in accordance with Public Law (PL) 92-582 "The Brooks Act" and FAR Subpart 36.6 acquisition procedures. Applicants shall be evaluated and selection based on demonstrated competence and qualifications, and a contract shall be negotiated for the required work. Applicable North American Industry Classification (NAICS) codes are 541310 for Architectural Services and 541330 for Engineering Services. This is an unrestricted acquisition open to all business concerns. A firm-fixed-price contract shall be negotiated. This A-E contract is anticipated to be awarded in approximately July 2019. The 30% Design Completion date for the base deliverable is July 1, 2020 with a 100% design option including Bill of Material-based cost estimate to be exercised within 12 months of the 30% deliverable. The 100% design will be due Sep 2022. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. In accordance with DFARS 252.204-7004, all firms must be registered with the System for Award Management (SAM) prior to award of any government contract. To obtain information regarding registering in SAM, call 1-866-606-8220, or log on to Internet web site at https://www.sam.gov/portal/SAM/#1. 2. PROJECT INFORMATION: The proposed project consists of the survey and design of repairs and upgrades for 22 existing 3rd Generation Hardened Aircraft Shelters (HASs) on Osan AB, Songtan, South Korea (ROK), with an estimated construction cost of approximately $45 million. This project includes the following principal features for design: install/replace automatic fire suppression system; repair cracks, joints and spalled concrete/metal surface; repaint whole facility including epoxy coating on floor; replace ventilation system; provide eye wash station; replace lightning protection system; replace electrical systems including transformer, switches, panels, and feeder liner as necessary; replace lighting system; replace fire alarm and communications; replace HAS door track/motor and provide a track heating system ; incorporate Cyber Security requirement; construct 22 each new crew shack in all HASs; provide two years maintenance services and operation trainings. This project also provides repairs as necessary to be accomplished, and includes selective demolition of components within the facility. Local materials and construction techniques shall be used where cost effective. Facilities will be designed in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01 General Building Requirements, and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will also comply with DoD antiterrorism/force protection requirements per UFC 4- 010-01, DoD Minimum Antiterrorism Standards for Buildings, and Energy Policy Act 2005 requirements. Base contract requirement is a 30% design with US cost estimate and the contract will include an option to develop the design to 100% with MND (ROK Ministry of National Defense) Cost Format Estimate. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria "a" through "e" are primary selection criteria; Criteria "f" is secondary and shall only be used as a tie-breaker. All completed sections of the SF330 shall follow the submission requirement description stated in the general and specific instructions. a. Specialized Experience and Technical Competence in the design of: i. Renovations of 3rd Generation Hardened Aircraft Shelters using Department of Defense (DoD) Unified Facilities Criteria, instructions, manuals, standards and specifications. A proposal demonstrating experience and technical competence in design of facilities using technical criteria of the U.S. Air Force may receive a higher rating; ii. Projects in OCONUS; iii. Projects using Building Information Modeling (BIM) to efficiently produce and document the design; and, iv. Projects estimated using Bill of Material-based construction cost estimates. Specialized experience and Technical competencies for all geographic locations for Criteria 3a will be considered. SF330 Requirements for Criterion 3a. "Specialized Experience and Technical Competence": Submit project narratives (limited to five (5) projects) that demonstrates the above criteria in SF330 Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Identify all subcontractor firms that will play important roles for the completion of this project requirement in Section C. Proposed Team. b. Professional Qualifications of Key and Specialized Personnel. The Government will evaluate the qualifications of the A-E Offeror's proposed Key Personnel (including subcontractor Key Personnel) for, at minimum, the following disciplines that it proposes to employ to complete the requirements listed in Section 2 Project Information: • Project management • Architecture • Civil engineering • Cost engineering • Electrical engineering • Fire protection engineering • Mechanical engineering • Structural engineering • Building Information Modeling (BIM) / Computer Aided Design and Drafting (CADD) manager The Government will evaluate qualifications of Key Personnel in terms of: • professional registration; • education; • professional licenses and certifications; • overall and relevant experience; and • specialized experience in the areas of practice identified in Paragraph 3a. The identified principal and primary lead architect or engineer in each offered discipline must be registered/licensed to practice in the appropriate professional field in the U.S. SF330 Requirements for Criterion 3b. "Professional Qualifications": Submit an Organization Chart in Section D. Organizational Chart of Proposed Team, identifying all Key Personnel that will be part of the design team. The Organization shall show a clear hierarchy and reporting structure. Résumés for all Key Personnel shown in the Organizational Chart, that demonstrate the above criteria shall be submitted in SF330 Section E. Résumés of Key Personnel Proposed for this Contract. Identify key personnel participation in any of the projects submitted as part of Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract in Section G. Key Personnel Participation in Example Projects. c. Past Performance. The Government will: i. Evaluate the relevance and quality of the A-E Offeror's performance of design work on projects of a similar scope and magnitude to the Project identified in Paragraph 2 "PROJECT INFORMATION" More recent past performance information may receive a higher rating. ii. Evaluate an A-E Offeror's past performance in terms of cost control, quality of work, and compliance with performance schedules. iii. The Government may evaluate past performance information obtained from the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS) and other sources, such as FAPIIS and eSRS for past compliance with approved subcontracting plans. SF330 Requirements for Criterion 3c. "Past Performance": Provide past performance information for all projects that have been listed in Part I, Section F. Include past performance information for all projects, if completed, which have been listed in response to Selection Criterion 3a. "Specialized Experience and Technical Competence". For U.S. Federal Government contracts, state the contract number. Provide a final copy of the Contractor Performance Assessment Review System (CPARS) report for each U.S. Federal Government contract. Beyond the requirement to provide CPARS reports, an A-E Offeror may submit any other documented information on past performance. Past Performance Questionnaires (PPQ) may be submitted to provide or supplement an A-E Offeror's past performance on projects performed for other than U.S. Government clients. An A-E Offeror may obtain a PPQ standard form by submitting a request via e-mail to the FED POC listed in this announcement. Append past performance documents (CPARS, PPIRS, PPQ, etc.) to the SF330. Past performance documentation, including CPARS and PPQ documentation, shall not be counted toward the maximum page limit. d. Capacity to Accomplish the Work: The Government will evaluate the A-E Offeror's capacity to provide a complete and satisfactory design within a design contract price range of between $3 million and $7 million, and within the period described in Paragraph 1. "Contract Information". SF330 Requirements for Criterion 3d. The A-E Offeror shall include a narrative statement in SF330 Section H that describes its ability and plan to accomplish the work within the stated period and price range and within the design completion date. e. Knowledge of the Locality: The Government will evaluate the A-E Offeror's demonstrated ability to prepare designs that account for local conditions in foreign environments, including the geological features and climatic conditions of Republic of Korea, local construction methods, and construction market conditions. SF330 Requirements for Criterion 3e. Include a narrative statement demonstrating Knowledge of the Locality in SF330 Section H. f. Equitable Distribution of DoD Contracts: The Government will evaluate the number of and total dollar value of DoD A-E contracts awarded to the A-E Offeror in the past 24 months. SF330 Requirements for Criterion 3f. List only DoD A-E contracts awarded during the period. For IDCs, list the task orders issued by DoD agencies. Provide contract/task order numbers and project titles and contract/task order amount in SF330 Section H. 4. SUBMISSION REQUIREMENTS: Interested A-E Offerors must submit their SF 330 Parts I and II (in PDF format) to the following email addresses: pof-ct-proposals@usace.army.mil and to the Contract Specialist, Ms. Yi, Suk Hui at: SukHui.Yi@usace.army.mil. The SF330 shall clearly identify itself on its face as a proposal in response to this requirement. File information - Title the file in the following format: SYNOPSIS NUMBER-PROJECT TITLE-COMPANY NAME-; The SF 330 Part I shall not exceed 50 (fifty) pages, including no more than 10 pages for Section H (Past Performance documentation shall not be counted towards the page limit). The print size of a page shall be 8.5" x 11". Pages sized as 11" X 17" may be used for graphics and charts. Each side of a sheet of paper is a page. Use no smaller than 12 font size, except 10 font size for tables, charts, and graphics. Include the firm's DUNS number in SF 330, Part I, Section H. In Section H describe the firm's standard Design Quality Control Plan (DQCP) and practices. A project-specific DQCP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. 5. A-E Offerors shall submit all pre-proposal submission questions via the bidder inquiry portal in ProjNet at http://www.projnet.org/projnet . No other means of communication (e-mail, fax, or telephone) shall be accepted. Questions shall be submitted no later than 7 business days prior to the date and time set for receipt of proposals in this synopsis to allow the Government to have the opportunity to respond. Following the cut-off date and time the bidder inquiry portal in PROJNET shall be closed to inquiries. To submit and review inquiries, interested A-E Offerors shall need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders shall receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Project Name is: 3rd Generation HAS Osan AB. The Bidder Inquiry Key is: 4C7RZA-3R6C2X. A-E Offerors shall review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system shall be accessible to view by ALL FIRMS interested in this requirement. In case of technical issues, the call center for the ProjNet operates weekdays from 8:00AM to 5:00PM CST. The telephone number is 1-800-428-HELP.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »