BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Kansas City, Missouri. Contact the soliciting agency for additional information.

*Contract Award Date: April 3, 2019 Contract Award Number: W912DQ19D4009 Contract Award Dollar Amount: 9500000 Contract Line Item Number: 0001 Contractor Awarded Name: Fisher Engineering Contractor Awarded DUNS: 012975695 Contractor Awarded Address: 10475 Medlock Bridge Rd STE 520 Johns Creek, Georgia 30097 United States Synopsis Architect-Engineering (A-E) Services AFCEC Fire Protection CONUS and certain OCONUS locations for The Kansas City District 1. CONTRACT INFORMATION: These contracts are being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) contracts are required to support projects assigned to the Kansas City District, U.S. Army Corps of Engineers related to the Air Force Civil Engineering Center (AFCEC) projects involving studies, design, design review, and testing requirements for fire protection (suppression systems, alarm systems and life safety) in aircraft hangars and ancillary support or related facilities. Selection of Indefinite Delivery Contracts (IDCs) will be based on design criteria described below. Selection of task orders will be based on appropriate selection criteria consistent with the Brooks Act and FAR subpart 36.6. A target of three firm-fixed-price IDCs will be negotiated and awarded. The total value of all task orders issued will not exceed $9,500,000.00. The synopsis is open to all businesses regardless of size. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. There is no limit on the value of individual task orders, up to the maximum value of each contract. Work will be issued by negotiated firm-fixed-price task orders. Firms that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. The base ordering period for each IDC will not exceed five (5) years, with the option to extend services by six (6) months. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, along with the additional six (6) months extension of services if the option is exercised. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years from date the Task Order is awarded) and will be included in the task order solicitations and negotiated task order award documents. Award of these contracts is anticipated in March 2019. The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000 in average annual receipts. If a large business is selected, it must comply with FAR 52.219-9 Small Business Subcontracting Plan DEV regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District which will be considered in negotiation of this contract are: (1) at least 40% of a contractor's intended subcontract amount be placed with small businesses (SB) (which includes all categories of small businesses); (2) at least 3% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractor's intended subcontract amount be placed with women owned small businesses (WOSB); (4) at least 1% of a contractor's intended subcontract amount be placed with HUBZone small businesses; (5) at least 3% of a contractor's intended subcontract amount be placed with Veteran Owned small businesses (VOSB); and (6) at least 3% of a contractor's intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses (SDVOSB). The plan is not required with this submittal, but will be required with the price proposal of the firms selected for negotiations. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work. Firms must have a Unique Entity Identifier (UEI) (formally known as DUNS) number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered may visit SAM. Contractors may obtain information on registration and annual confirmation requirements at SAM or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-1442 report. Information can be found at the Department of Labor website , or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and UEI number. 2. PROJECT INFORMATION: The required A-E Services relate to Air Force Civil Engineering Center (AFCEC) projects involving studies, design, design review, and testing requirements for fire protection (suppression systems, alarm systems and life safety) in aircraft hangars and ancillary support or related facilities. Services may include, but are not limited to fire protection engineering in order to accomplish individual design, design reviews (concept definition thru 100%), and acceptance tests at applicable project locations primarily inside the continental United States (CONUS), but may require work outside the continental United States (OCONUS). Projects will require a registered Fire Protection Engineer (FPE) preparation and certification of plans, specifications, cost estimates, design analysis and submittals in order to verify the design is in compliance with the fire protection UFC and all applicable criteria. This FPE designer of record (DOR) certification must be submitted with the 100% design submission. Portions of work may include fire protection controls, detection systems, notification systems, and suppression systems to protect personnel, aircraft hangar, aircraft, industrial, and administrative support areas associated with AF hangars. The FPE will review calculations supporting all fire suppression and fire alarm/detection systems for the project. The FPE may be required to review calculations for systems, features, or elements other than fire suppression or detection, as applicable. Fire suppression system calculations must be reviewed using commercially available computer software. Drawings will be reviewed using Computer Aided Design and Drafting (CADD) and Building Information Modeling (BIM) software as described in each project and customer specific guidance. The Air Force (AF) Hangar Fire Suppression System Standard Design Drawings and CADD standard is available , BIM guideline, and USAF Attachment F, is available . The FPE will review cost estimates with the appropriate level of detail as required by that particular submittal. The FPE will report corrective action recommendations for critical calculations, design errors, interference checks, and omissions that may result in significant impacts to the project execution and costs. The FPE may be required to provide additional summary evaluations to identify systemic weaknesses in AF criteria, project programing, design/construction practices, and provide recommendations to improve overall AF hangar fire suppression system sustainability and reliability to reduce nuisance suppression system activations. The FPE may be required to cooperate with and assist the government points of contact and other FPEs involved in development of hangar fire suppression systems criteria and system designs. Results of the FPE design reviews and acceptance tests may be incorporated into system acquisition training guidance for staff engineers. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary and will be evaluated for all offerors. Criteria f, g and h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a.Specialized experience and technical competence in: 1)Experience in leading fire suppression design, perform detailed studies, design reviews and performance testing requirements of fire protection (suppression systems, alarm systems and life safety) of large body hangars for the Air Force including the Contract Number and the firm's level of effort for the requirement. 2) Experience serving as the government representative supporting the Pre-Final (PAT) and Final Acceptance Tests (FAT) for large body aircraft Hangars for the Air Force in CONUS locations including the Contract Number and the firm's level of effort for the requirement. 3) Experience in leading and conducting site investigation and code analysis for hangars for Air Force fire protection and ancillary systems for occupancy, including the Contract Number and the firm's level of effort for the requirement. 4)Experience performing Air Force fire suppression design, design reviews, Pre-Final (PAT), and Final Acceptance Tests (FAT) for large body hangars in OCONUS locations, including the Contract Number and the firm's level of effort for the requirement. 5)Quality management procedures. The basis of the evaluation will be the description of the firm's quality management procedures in Section H of the SF 330. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract. b.Professional Qualifications: Responding firms should demonstrate the professional qualifications in these key disciplines: 1)Fire Protection Engineer 2)Mechanical Engineer 3)Electrical Engineer 4)Architect The basis of evaluation will be information provided in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered. All disciplines are equal in importance. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The lead personnel for each discipline should be clearly identified in section E. Only one resume (the lead for that discipline) will be evaluated for each discipline. c.Past Performance Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. In addition to reviewing the offerors CPARS based on team members DUNS numbers, CPARS will be retrieved for the 10 projects submitted in section F of the SF330. In addition to CPARS, the board may seek information on past performance from other sources. d.Knowledge of local conditions All projects on this contract will be within the continental United States (CONUS) or certain OCONUS locations. Specific local conditions will be addressed at the task order level not on the base awards. e.Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel. 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. Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance. f.Small Business Participation (not applicable to small businesses). Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. This criterion is not applicable to small businesses. g.Geographic Proximity. If necessary responding firms should identify any offices operated in close proximity to the Kansas City District and the contribution these office(s) will make in support of the project. h.Volume of DoD AE contract awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD AE contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD AE contracts among qualified firms. The basis of the evaluation will be information submitted in Section H of the SF 330. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one original paper copy of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Kansas City time on December 20, 2018. Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330. Only one SF 330 Part I for the team as a whole should be included. Include the firm's DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, Block 5. A maximum of ten (10) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly state extent of work performed by the team, extent of design completed (for instance, preparation of design-build package; 100% design; etc.), and dates of completion for design and construction. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Projects completed prior to 2012 will not be considered. Projects (or phases of projects) for which design is not complete will not be considered. Interviews will be held with the most highly qualified firms. Interviews will be conducted telephonically after determination of the most highly qualified firms. The SF 330 should have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages. Each project in Section F should be limited to two (2) pages; Part II is excluded from the 150 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font. Note: this is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK-CT-M/ Kyle Street 647 Bolling Federal Building 601 E. 12th Street Kansas City, Missouri 64106-2896 5. QUESTIONS: Questions should be directed to Kyle Street, Contract Specialist, at Kyle.P.Street@usace.army.mil or to Lacy Kay, Contracting Officer, at lacy.kay@usace.army.mil. The method of contractor selection has not been determined at this time.

Design

Military

$9,500,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

6 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
173
Active Projects
76
Bidding Soon
1,349
All Active Projects
538
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 7, 2019

April 1, 2024

img_map_placeholder

Multiple Locations, Kansas City, MO

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.