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 West Point, New York. Contact the soliciting agency for additional information.

Announcement Information for a Multiple Award Task Order Contract (MATOC) consisting of IDC's M-903, M-904 & M-905 for General Architect-Engineering (A-E) services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs primarily within USMA and within NAN/NAD Boundaries. This contract is being procured as full and open in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The number one, two and three ranked firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Multiple Award Task Order Contract (MATOC) is a maximum of 60 months and will not include optional time periods. Three (3) IDC's will share $32M total capacity of the MATOC. Task Orders will be issued by negotiated firm-fixed-price task orders to the most technically qualified offeror in response to the Task Order Requirement Notification (TORN) and will be issued under the terms and conditions of this MATOC. The government guarantees a minimum value of $4,000 seed task order for each individual IDC. Labor rates for each discipline, overhead rates, and escalation factors for each 1 year time period will be negotiated for each basic IDC and profit will be negotiated for each task order not for each basic IDC. NAICS CODE is 541330 and 541310. To be eligible for contract award, a firm must have a 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, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Each IDC is anticipated to be awarded in December 2020. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The A-E firms selected for these contracts will be responsible to utilize the Army Contractor Manpower reporting (CMR) system and will be required to report certain information to the Army CMR system. For additional information see https://contractormanpower.army.pentagon.mil. A-E services may include but not be limited to the following: Prepare construction bid documents, concept designs, final designs, design charrettes, studies (to include value engineering studies), design work involving site investigation, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications and SHPO Coordination. Projects may include the following types of facilities: Administrative facilities, vehicle maintenance facilities, training facilities, academic facilities, Barracks and infrastructure systems. The type of work in these facilities may include the following: whole building renovation, replacement of architectural elements, building seismic upgrade; force protection upgrades, mechanical, electrical, fire/protection/detection systems; asbestos and lead abatement services or demolition; renovation to historic structures and cold weather design. Produce quality design. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Ability to use Building Information Modeling (BIM) technology. Ability to prepare CADD drawings in Micro station or AutoCAD format. Capability to execute multiple task orders simultaneously. Construction phase services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits and commissioning/start-up/fit-up design support. Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods. Ability to produce Cost estimates using M-CACES, PACES and MII [M2] software. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area. Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. 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 selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: Specialized experience and technical competence: 1. Submit at least two (2) Example Projects in SF 330 Section F that demonstrates experience with the following: Design of new facilities. The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types: Administration Buildings; Academic Facilities; Maintenance Facilities; Training Facilities; Fitness Facilities and Barracks. Projects shall have a construction cost of at least $10M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects constructed "completed" before August 2012 will not be considered. 2. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following: Whole Building Renovation design that includes at least six (6) of the following design elements as a substantial part of the design (Exterior Envelope Renovation, Roof Replacement/Repair, Interior Space reconfiguration /renovation, Building Seismic Upgrade, Anti-Terrorism/Force Protection, Mechanical, HVAC, Electrical, Fire Sprinkler Systems, Fire Alarm Systems, Asbestos Abatement, and Elevator systems). The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Administration Buildings; Academic Facilities; Maintenance Facilities; Training Facilities; Fitness Facilities and Barracks. Projects shall have a construction cost of at least $5M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects constructed "completed" before August 2012 will not be considered. 3. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following: Partial Building Renovation design that includes at least four (4) of the following design elements as a substantial part of the design (Exterior Envelope Renovation, Roof Replacement/Repair, Interior Space reconfiguration /renovation, Building Seismic Upgrade, Anti-Terrorism/Force Protection, Mechanical, HVAC, Electrical, Fire Sprinkler Systems, Fire Alarm Systems, Asbestos Abatement, and Elevator systems). The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Administration Buildings; Academic Facilities; Maintenance Facilities; Training Facilities; Fitness Facilities and Barracks. Projects shall have a construction cost of at least $5M. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects constructed "completed" before August 2012 will not be considered. 4. Submit at least two (2) Example Project in SF 330 Section F that demonstrates experience with the following: Design of Infrastructure projects. The AE shall demonstrate experience in planning, designing and preparing 100% construction bid documents. Projects may include the following project types (each Example Project shall represent a different project type): Road/Parking Replacement/Repairs, Utility Infrastructure Replacement/Repairs, Utility Central Plant Upgrades/Repairs, and Retaining Wall Upgrades/Repairs. Projects shall have a construction cost of at least $5M. Projects done a campus-wide setting will be considered more favorably. The AE shall identify the month and year the 100% Final Design was completed. The AE shall identify the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered.Projects constructed "completed" before August 2012 will not be considered. On all ten (10) Example Projects, the government may consider the following strengths for evaluation purposes: Projects demonstrating experience working at West Point, USMA. Projects demonstrating experience working in New York. Projects demonstrating experience working with NYDEC and obtaining environmental permits. Projects demonstrating experience with Sustainable Design and achieving LEED Silver or better. Projects demonstrating experience working MCACES. Projects demonstrating experience with fast-tracked designs. Projects demonstrating experience utilizing a Design Quality Control Plan. b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: Senior project personnel for each key discipline are required to be licensed/ registered. Resumes must be provided for each discipline, except where noted below. Project Manager (P.E. or R.A. required) Quality Assurance Manager (P.E. or R.A. required) Architecture (R.A. required) Structural Engineering (P.E. required) Civil Engineering (P.E. required) Mechanical Engineering (P.E. required) Electrical Engineering (P.E. required) Fire Protection Engineering (P.E. required) Landscape Architect (RLA) Cost Engineering (P.E. required. Those with CCP/CPE certification will be considered a strength) Geotechnical Engineering (P.E. required) Certified Industrial Hygienist (CIH required) Licensed Interior Designer (NCID required) Land Surveyor (P.L.S. required) Anti-Terrorism/Force Protection Specialist (P.E. required) Environmental Engineering (P.E. required) Asbestos Inspector (Certified) Construction Engineer/Inspector (P.E. required) Lead Commissioning Specialist (P.E and at least one of the following: a NEBB qualified Systems Commissioning Administrator (SCA); ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); ASHRAE Commissioning Process Management Professional (CPMP)) Certified Value Specialist (CVS required) Telecommunications Engineering (RCCD required) Master Planner (P.E. or R.A. required) The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of the SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Accredited LEED specialists (can be covered by one of the disciplines listed above) Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination. c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in an appendix of the SF 330 and not counted towards the 75 page count. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. 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 of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of West Point, NY The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity in relation to West Point, NY boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. AT THE TIME OF THIS NOTICE, DUE TO COVID-19 26 Federal Plaza is partially open. NO HARD COPIES OF SF-330'S WILL BE REQUIRED AT THIS TIME, but may be required to be submitted after 26 Federal fully re-opens. DO NOT MAIL SF-330'S (CD or Hard Copies) TO THE CONTRACT SPECIALIST nor to Stephen DiBari AT 26 FEDERAL PLAZA. Doing so, will delay the AE Selection/award process. The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a .pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers, front and back covers, cover letter and Part II of the SF 330 don't count towards overall page limit. Tabloid size paper 11" X 17" pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website: https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ Submittals will not be accepted after 2:00 pm on the response date shown in the advertisement in the https://beta.sam.gov/. If the response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. For questions regarding this contract, contact stephen.dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE Acquisition Instructions). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firms must be registered in the following: https://www.sam.gov/portal/SAM/#1 NAICS Code is 541330 The method of contractor selection has not been determined at this time.

Conceptual

Educational

$32,000,000.00

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

3 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
787
Active Projects
463
Bidding Soon
6,383
All Active Projects
2,594
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.

Find better projects. Build better bids. Win.

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.

April 1, 2021

img_map_placeholder

Multiple Locations, West Point, NY


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.