- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
Architect-engineering General Services Italy, Other
Description
(1) Contract Information: In Accordance With The Brooks Act, As Implemented By Far 36.6, The U.s. Army Corps Of Engineers (usace) Europe District (nau) Intends To Solicit And Award Up To Five Firm-fixed-price (ffp), Indefinite-delivery Indefinite-quantity (idiq) Multiple-award Task-order Contracts (matoc) With A Five-year Ordering Period And A Shared Capacity Of $45m. This Matoc Is For General Architect And Engineering (a-e) Services In Italy For Military Construction (milcon) Funded Projects Under $500,000.00 As Well As Non-military Construction Funded Projects. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For Required Work. Each Contract Will Receive A Minimum Guarantee Of $2,500.00, Which Will Be Satisfied By A Task Order. Task Orders Will Be Ffp And Will Not Exceed $5,000,000.00. (2) Project Information: Design Work Includes Major And Minor New Construction, And Alteration, Repair Or Rehabilitation Of Various Structures Such As: Barracks, Multi-family And Single-family Housing Units, Utility Systems, Medical Facilities, Administrative Buildings, Vehicle Maintenance Facilities, Operation Facilities And Training Complexes, Storage Facilities, And Other U.s. Military Facilities. support May Include Planning Services Such As Comprehensive Master Plans, Installation Real Property Master Planning, Infrastructure Assessments, Planning And Design Charrettes, Cad/gis Mapping, Systems Analysis Of Existing Facilities And Infrastructure And Cost Estimates. Additional Support May Include Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations; Feasibility Studies, Other Special Studies, Geotechnical Investigations And Topographical Mapping Services, Programmatic Support Services, As-built Drawing Preparation And Engineering And Design During Construction. architect-engineer Services May Be Required For Developing Design Documents For A Design/bid/build Project, Or Request-for-proposal Packages For Design/build Projects. Projects May Involve Security Upgrades, Feasibility Studies (to Include Cost Estimating, Energy Conservation, Fire Protection, Environmental Assessments, Etc.), Safety Coordination And Construction Supervision And Inspection. Projects May Also Involve Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, Especially Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; And Development Of Healthful, Safe And Productive Work Environments. multi-disciplined A-e Services Are Expected To Include But Will Not Be Limited To The Following. The Project Information Is Not Listed In Order Of Importance, But The Primary Focus Of The Anticipated Work Is Noted. For More Detailed Project Information Reference Attachment 3 – Statement Of Work, Dated 21 November 2024. • Environmental Documentation, Permits, Special Studies And Other Environmental Activities As Required By Us And Host Nation Laws, And Regulations • Site Investigations And Technical Assessments Of Existing Systems, Facilities And Infrastructure • Asbestos Surveys And Abatement Design • Anti-terrorism/force Protection (atfp) Assessments And Design • Feasibility Studies • Geotechnical Investigation, Soil Sampling And Testing • Structural Analysis And Testing • Systems Commissioning During Design • Energy Conservation • Value Engineering Studies • Technical Review Of Designs And Cost Proposals, Bid-ability, Constructability, Operability And Environmental Compliance Reviews • Construction Inspection; Quality Assurance; Safety Inspections; Materials And Equipment Testing Including Systems Commissioning; And Other General Engineering And Design Services During Construction. • As-built Drawing Preparation And Engineering And Design During Construction • Other General Engineering And Design Services • Professional Engineering Approvals, Certifications, Etc. As Required By Host Nation Laws And Country Agreements. (3) Selection Criteria: The Selection Criteria For The Matoc Are In The Following Order Of Importance. Criteria 1 To 5 Are Primary; Criterion 6 Is Secondary And Will Only Be Used As A Tie-breaker Among Firms That Are Essentially Equal: (1) Specialized Experience And Technical Competence, (2) Professional Qualifications, (3) Past Performance (4) Knowledge Of Locality (5) Capacity To Accomplish The Work And (6) Volume Of Dod Contract Awards. Interviews Will Be Conducted For A-e Firms Identified By The Selection Board And Will Be Conducted Virtually. 1- Specialized Experience And Technical Competence: submittals Must Demonstrate The Specialized Experience And Technical Competence Of The Prime Firm, Joint Venture Partners, Consultants, Key Subcontractors And/or Free-lance Associates. The Firm Shall Submit A Maximum Of Six Projects Total. All Six Projects Shall Be At Least 90% Complete (from The Date Of This Announcement), Or Have Been Completed Within The Last Six Years From Date Of The Announcement. If More Than Ten Projects Are Submitted, Only The First Six Projects Listed In The Proposal Will Be Evaluated. Projects Shall Include The Following Information: Which Prime Firm, Partner, Consultant Or Key Subcontractor Executed The Project, A Description/narrative/ Photos Of The Project, Scope, Location, Contract Dollar Award Amount And Final Dollar Cost, The Start Date, Original Contract Finish Date, The Actual Finish Date, Customer Poc With Current Phone Number And Email Information. Indicate Whether The Work Was Performed As The Prime Contractor, A Subcontractor, Or As A Partner Of A Joint Venture (jv). If Work Was Performed As A Subcontractor Or Jv Partner, Clearly Describe What Part Of The Work The Firm For Which The Experience Information Is Submitted Performed (both In Magnitude And Description Of The Work Performed). Projects Shall Also List Any Key Personnel That Worked On The Submitted Projects. Indefinite-delivery Contracts (idc), Where Numerous Task Orders Are Listed Together For The Exact Same Project And Are Completed Under The Same Base Contract Idc Are Acceptable. 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. The Letter Of Commitment Must Be Signed By Both Parties To Be Considered And An English Version/translation Must Be Provided. Please See Attachment 1 For An Example Letter Of Commitment. If The Letter Of Commitment Is Not Submitted Or Signed By Both Parties, The Experience Of The Subcontractor Will Not Be Considered. 2 - Professional Qualifications: the A-e Firm Must Identify The Qualifications Of Personnel In The Following Key Disciplines: program Manager project Manager architect civil Engineer structural Engineer mechanical Engineer cost Engineer construction Inspector fire Protection Engineer environmental Engineer geotechnical Engineer quality Manger master Planner firms Must Propose At Least One Person For Each Of The Key Disciplines; An Individual May Not Be Proposed For Multiple Disciplines. 3 - Past Performance: firms Shall Submit The Past Performance Information Retrieval System (ppirs) Or Contractor Performance Assessment Reporting System (cpars) Evaluation For The Projects Submitted In Criterion 1. If No Cpars Or Ppirs Evaluation Is Available For A Project, Attachment Two (2), Past Performance Questionnaire (ppq), Shall Be Submitted To The Client For The Projects The Firm Includes In Its Proposal For Criterion 1. The Cpars, Ppirs Or Ppq Shall Be Included In The Submittal. firms May Also Include Performance Recognition Documents Received Within The Last Six (6) Years, Such As Awards, Award Fee Determinations, Customer Letters Of Commendation, Commercial And Foreign Government Evaluations And Any Other Forms Of Performance Recognition. To The Extent Such Documentation Is Not In The English Language, A Translation Must Be Provided In Order For The Documentation To Be Considered. in Addition To The Above, The Government May Review Any Other Sources Of Information For Evaluating Past Performance. Other Sources May Include, But Are Not Limited To, Past Performance Information Retrieved Through The Ppirs, Including Cpars, Using All Cage-n//uei Numbers Of Team Members (partnership, Jv, Teaming Arrangement, Or Parent Company/subsidiary/affiliate) Identified In The Proposal, Inquiries Of Owner Representative(s), Federal Awardee Performance And Integrity Information System (fapiis), Electronic Subcontract Reporting System (esrs), And Any Other Known Sources Not Provided By The Firm. while The Government May Elect To Consider Data From Other Sources, The Burden Of Providing Detailed, Current, Accurate And Complete Past Performance Information Rests With The Firm And The Government Is Under No Obligation To Check Other Sources. 4 – Capacity To Accomplish The Work firms Shall Demonstrate The Capacity To Accomplish Up To Six Simultaneous Task Orders Annually With An Aggregate Value Of Up To $6,000,000 In The Required Type Of Work Within A One-year Period. This Is In Addition To The Existing Workload Being Performed Under Other Contracts. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In Key Disciplines To Complete The Task Orders And The Project Execution Strategy. The Evaluation Will Consider The Key Personnel Identified In Sections D, E, And G Of The Sf 330, As Well As Other Available Staff And Information Provided In Section H And Part Ii (sf 330, Part I, Section H, Item 1). a Management Plan Shall Be Presented That Articulates How Efforts Under This Contract Will Be Executed. The Management Plan Shall Include The Following Elements: • Organization Structure And Staffing; • Project Execution, Schedule, And Management; • Quality Control And Processes. please Note That No Key Subcontractor Substitutions Shall Be Made In An Awarded Contract Unless A Usace Contracting Officer Determines In The Exercise Of His/her Sole Discretion That The Proposed Substitution Is In The Best Interest Of The Government. i. Organizational Structure And Staffing: The Firm Must Clearly Describe Its Organization Structure And Provide An Organization Chart. The Description Must Identify All Offices Involved In This Project From The Headquarters Through To The Site Office, And How They Are Related. All Joint Venture Partners And Major Subcontractors Shall Be Addressed In This Description. The Description Shall Identify Whether Functions/positions Will Be Filled By Prime Or By Subcontractors. The Management Plan 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 Scheduled Performance. 1. Clearly Delineated Lines Of Authority On The Organizational Chart (graph) Organized In A Precise And Logical Manner Including The Relationship Between The Headquarter Office And The Site Office, Including All Involved With The Management Of The Contract Including Subcontractors And Joint Venture Partners. 2. The Graph And The Narrative Description Clearly Display The Planned Organization Structure. 3. Comprehensive Descriptions Of Duties, Roles, Major Responsibilities, And Authorities For Specifically Identified Personnel Including Roles Of Authorities For Subcontractors And Joint Ventures Presented As A Logical Approach To Perform The Work Throughout The Contract, Including Which Roles And Personnel Are Identified To Communicate With The Government. ii. Project Execution And Management: The Firm Shall Provide Their Plan To Successfully Execute Multiple Task Orders Being Performed At The Same Location And Explain How They Would Coordinate With Other Firms If Operating At The Same Or Adjacent Site Locations. The Management Plan Should Also Explain The Approach And Ability To Execute Tasks In Each Of The Identified Countries. The Firm Shall Also Demonstrate Effective Coordination To Minimize Issues Regarding Different Time Zones And Work Schedules. iii. Quality Control And Processes: The Firm Shall Provide A Detailed Quality Control Plan And Processes For The Project. 5 - Knowledge Of Locality submittals Must Demonstrate Knowledge Of Engineering And Design In Italy To Include Coordination With Host Nation Authorities. Additionally, Firms Must Demonstrate An Understanding Of Certification And Registration Requirements For Companies In Italy And The Ability To Meet The Requirements. Firms Must Also Demonstrate The Ability To Communicate In Italian And English. 6 – Volume Of Dod Contract Awards current Dod A-e Contract Awards May Be Obtained From Cpars, And Verified And Updated During The Interviews With The Most Highly Qualified Firms. Only Awards Of A-e Contracts Will Be Considered But Includes Awards To All Branch Offices Of A Company, Except As Indicated In Defense Pgi 236.602-1(a)(6)(a)(2). This Criterion Will Be Used To Determine Equitable Distribution Of Dod Contracts. The Government Will Evaluate The Number Of Dod Contracts Awarded To The Firm Using Various Contracting Systems Which May Include But Is Not Limited To Federal Procurement Data System (fpds-ng), Electronic Document Access (eda) And Procurement Desktop Defense (pd2). The Intent Of This Criterion Is To Evaluate The Firms To Determine The Firm With The Lowest Number Of Dod Contracts. (4) Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Their Sf 330, Part I And Part Ii For Prime And All Consultants/subcontractors Through The Solicitation Module Of The Procurement Integrated Enterprise Environment (piee) Module At Https://piee.eb.mil/. Proposals Submitted By E-mail, Mail Or Hand-carried Will Not Be Evaluated. Proposals Sent Through Proprietary Or Third-party File Transfer Protocol (ftp) Sites Or Department Of Defense Secure Access File Exchange (dod Safe) Will Not Be Retrieved. It Is The Responsibility Of The Offeror To Confirm Receipt Of Proposals. All Proposals Received After The Exact Time Specified For Receipt Shall Be Treated As Late Submissions And Will Not Be Considered Except Under Facts And Circumstances Allowed By The Federal Acquisition Regulation (far). For Instructions On How To Post An Offer, Please Refer To The Posting Offer Demo: Https://pieetraining.eb.mil/wbt/sol/posting_offer.pdf. it Is The Responsibility Of The Offeror To Obtain Written Confirmation Of Receipt Of All Electronic Files Through The System. for The Purposes Of Determining Whether The Proposal Was Received Late In Accordance With Far 15.208, The Date And Time The File(s) Are Uploaded To Piee. Proposal Are Due No Later Than 11:00 Am Central European Time (cet), 17 March 2025. Submittal Must Clearly Identify The Announcement Number. Regulation Requires That The Selection Board Not Consider Any Submittals Received After The Specified Time And Date. Late Proposal Rules In Far 15.208 Will Be Followed For Submittals Received After 11:00 Am Central European Time (cet) On The Closing Date Specified In This Announcement. The Sf 330, 07/2021 Edition, Must Be Used, And May Be Obtained From The Following Web Site: Http://www.gsa.gov/portal/forms/download/116486. Include Uei And Cage Code In Sf 330 Part I, Section B, Block 5. Additionally, The Uei And Cage Code Should Be Identified In Sf 330 Part I, Section C, Block 9, For Each Team Member. font Size Shall Be 10 Pitch Or Larger. The Sf 330 Part 1 Shall Not Exceed 125 Pages (a4 Equivalent), Including No More Than 10 Pages For Section H. Each Side Of A Page Will Count As A One Page. Organizational Charts May Be Presented On A Sheet Up To 11 Inches By 17 Inches. A Part Ii Is Required For Each Branch Office Of The Prime Firm And Any Consultants/subcontractors That Will Have A Key Role In The Proposed Contract (i.e. A Part Ii Is Required For All Entities Identified In Sf 330 Part I, Section C Of The Submittal). Part Ii Of The Sf 330 And Past Performance Submittals Will Not Count Towards The 125-page Limit; However, Cover Letters, Company Literature And Extraneous Materials Are Not Desired. Sections E And G Of Sf 330 Part I Must Include Only Individuals Proposed To Perform The Anticipated Work, Including All Consultants/subcontractors. In Sf 330 Part I, Section G, Block 26, Along With The Name, Include The Firm With Which The Person Is Associated. A Maximum Of Ten (10) Projects Including The Prime And Consultants/subcontractors Will Be Reviewed For Sf 330 Part I, Section F. Use No More Than Two Pages Per Project. When Listing Projects In Sf 330 Part 1, Section F, An Indefinite Delivery Contract (idc) With Multiple Task Orders As Examples Is Not Considered A Project. A Task Order Executed Under An Idc Contract Is A Project. Sf 330, Part I, Section H (additional Information) Shall Contain The Following Information. (1) Item 1 - Capacity. Reference Paragraph 3.d. Above. Provide A 1–2-page Narrative Discussing The Capacity Of The Design Firm To Meet Schedules, Including Adequacy Of Qualified Personnel Available And Past Experience In Meeting Tight Design Schedules. (2) Item 2 – Management Plan – Include The Information Requested In Paragraph 3.d. Above. (3) Item 3 - Volume Of Dod Contract Awards – Reference Paragraph 3.h. Above. Provide A Complete Listing Of All Dod A-e Awards Within The Last 12 Months. For Idcs, Include Total Value Of Task Orders Issued By Agencies In The Last 12 Months, Not The Potential Value Of The Idcs. For All Types Of Contracts, Do Not Include For Consideration Options That Have Not Been Exercised. joint Ventures Shall Submit The Following Additional Documentation Of The Evidence Of A Joint Venture Entity: 1) Firms Shall Provide A Copy Of A Legally Binding Joint Venture Agreement, And 2) Identification Of The Party Who Can Legally Bind The Joint Venture. Joint Venture Agreements Will Not Count Against The Page Count. 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. provide In A Cover Letter Or At The Beginning Of Your Part I Submission The Names Of Two (2) Point Of Contacts That Will Be Responsible For Correspondence During This Solicitation. Names, Email Addresses And Phones Numbers Are Requested For Both Individuals. requests For Information submit Technical Inquiries And Questions Relating To This Solicitation Via Bidder Inquiry In Projnet At (https://www.projnet.org) At Least 10 Calendar Days Prior To The Date Established In The Rfp For Receipt Of Proposals. The Government Reserves The Right To Decline Addressing Questions Received Less Than 10 Calendar Days Prior To Receipt Of Proposals. to Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment Or Question Will Receive An Acknowledgement Via E-mail, Followed By An Answer After It Has Been Processed By Our Technical Team. All Timely Questions And Approved Answers Will Be Made Available Through Projnet. solicitation Number: W912gb25r0019 bidder Inquiry Key: 6itfg6-6jz9ew 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. Click Continue. A Page Will Then Open Saying That 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. Click 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 Provided 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. Click 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. attachments attachment 1: Letter Of Commitment Sample/template attachment 2: Past Performance Questionnaire (ppq) attachment 3: Statement Of Work, Dated 21 November 2024
Contact
Tender Id
W912GB25R0019Tender No
W912GB25R0019Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
beta.sam.gov