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 Baltimore, Maryland. Contact the soliciting agency for additional information.

SAM.gov Synopsis for A-E Services INDEFINITE DELIVERY CONTRACTS FOR ARCHITECT-ENGINEER (A-E) SERVICES FOR US ARMY CORPS OF ENGINEERS NORTH ATLANTIC DIVISION - UNRESTRICTED FOR THE INTELLIGENCE AND GENERAL MILITARY DESIGN COMMUNITIES ***1 February 2024 - Amendment 0001 of the synopsis is posted based on ProjNet inquiries and responses. All other terms and conditions will remain the same. TOP SECRET FACILITY CLEARANCE REQUIREMENT Reference number: W912DR24R0015 [target five (5) contracts] 1. Contract Information: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U.S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of up to five (5) Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) for Architect-Engineer (A/E) services that will have a five (5)-year base period with no options and a $120M shared capacity. Previous task order totals for this IDIQ ranged from $100,000.00 to $3,000,000.00. Future task orders under the awarded IDCs are anticipated to be around this same dollar range. All firms awarded an IDIQ will be required to hold a Top-Secret Facility Clearance (TS-FCL) in support of NAB's Intelligence Community (IC) mission. The TS-FCL must be active at the time of proposal submission and must be maintained throughout the life of the contract. The MATOC will be used for projects within USACE's North Atlantic Division (NAD) geographic area of responsibility (AOR) including NAU (Europe district). The TS-FCL IDIQs will also have incidental utilization in the Contiguous United States (CONUS), Alaska, Hawaii, and Puerto Rico. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $22.5M in average receipts over the last three (3) years. Task Orders awarded under the MATOC will comply with FAR 16.505, ordering procedures and Memorandum CECT-ZA (715e), Updated Procedures for the Selection of Task Orders on Architect-Engineer (A-E) Indefinite Delivery Contracts (IDCs), dated 9 March 2023. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Funding will be provided on a Task Order basis with a $2,500 minimum guarantee for each contract awarded. The maximum on a Task Order is $120,000,000 for all work associated with military construction (MILCON), sustainability, restoration, and maintenance (SRM) projects, Interagency and International Services (IIS) projects, and Civil Works projects. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. The TS-FCL IDIQ contracts will be supporting secure work and will require a TS-FCL. 2. Project Information: The work may consist of comprehensive A/E services for new construction or renovation projects within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101, including but not limited to: preparation of full plans and specifications, preparation of design build requests for proposal, construction cost estimating, site investigations, analysis, planning, master planning, National Environmental Policy Act (NEPA) documentation, programming (1391), topographic and utility surveys, geotechnical investigations, stormwater management design, sediment and erosion control plans, National Pollutant Discharge Elimination System (NPDES) permitting (including obtaining all necessary state permits), charrettes, hazardous material investigations, Building Information Modeling (BIM), energy modeling, and the preparation of reports, studies, design criteria/ design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, value engineering, presentations, coordination with various government agencies and commissions, and other general A/E services. The work may also include providing construction phase and other support services including, but not limited to shop drawing reviews, site visits, technical assistance, LEED documentation during construction, on-site representation, preparation of operation and maintenance manuals, and commissioning/start- up/fit-up design support. The scope of projects may include but are not limited to the interior and/or exterior building renovations, heating, ventilation, and air conditioning (HVAC) upgrades, electrical upgrades, paving, utilities and infrastructure, and tenant facilities. Facility types may include but not limited to administration and training facilities, vehicle and pedestrian access control points, warehouses, community support facilities, military testing facilities, troop housing, recreational and physical fitness facilities, child development facilities, and medical and non-medical laboratories and research facilities for military and other non-military government agencies. The IDIQ(s) will be used to support larger MILCON projects (task orders over $400,000), SRM projects, IIS projects, and Civil Works projects in accordance with DFARS 219.502-1 and DFARS 219.502-2. Each task order will have its own schedule based on the complexity of the applicable project. Task Orders will be evaluated based on level of effort for the scope of services developed for individual projects in accordance with FAR 16.5. Task Orders will be issued during the ordering period of the IDIQs and may extend beyond the five-year IDIQ ordering period. 3. Selection Criteria: The A/E must demonstrate its qualifications with respect to the published evaluation factors and each key consultant's qualifications. Selection of the most highly qualified firms will be based upon evaluation of the selection criteria stated herein and the firm's demonstrated competence and qualifications necessary for the satisfactory performance of the professional services. Criteria listed below are in descending order of importance. Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. a. Specialized Experience and Technical Competence b. Professional Qualifications c. Past Performance d. Capacity e. Knowledge of Locality f. SB/SDB Participation [NOTE: this is an additional secondary selection criterion applicable only to the unrestricted announcement.] g. Geographic Proximity h. Volume of DOD Contract Awards The A/E selection procedures will be in accordance with FAR 36.6, DFARS 236.6, AFARS 5136.6, and the USACE Acquisition Instruction. Interviews will be conducted for A/E firms identified by the Selection Board and will be conducted in Baltimore, MD. PRIMARY CRITERIA: a. Specialized Experience and Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products which are listed in descending order of importance: Design of Secure Compartmented Information Facilities (SCIFs,) familiarity with ICD 705 and requirements for SCIF accreditation of DOD and other Intelligence Community agencies. Experience designing facilities requiring physical, acoustic and technical security, as well as, equipment redundancy, including but not limited to: Intrusion Detection Systems, Access Control Systems including Electronic Security Systems (ESS), TEMPEST Shielding and Certification, Radio Frequency (RF) Shielding, and emergency power. Experience designing and specifying major utilities systems and utilities systems upgrades in a secure environment as well as the construction security plan (CSP) identifying threats and specifying countermeasures to protect major systems during construction. Design of Anti-terrorism Force Protection (ATFP) features and other physical security measures. Design of new construction projects of various types and sizes that include SCIFs that comply with ICD 705, ESS, RF Shielding, etc. Design of the renovation of existing facilities of various types and sizes include SCIFs that comply with ICD 705, ESS, RF Shielding, etc. Preparation of design build request for proposals that include SCIFs that comply with ICD 705, ESS, RF Shielding, etc. Preparation of project programming documents such as master planning studies, DD Forms 1391, and experience in conducting both planning and design charrettes. Experience with handling multiple task orders simultaneously. Experience of the prime firm and significant subcontractors in working together Application of cost control through appropriate design and construction techniques on projects to assure projects remain within budget (cost estimating and MII). Analysis and implementation of anti-terrorism and force protection (ATFP) requirements. Obtaining of all necessary Federal, State, or local jurisdiction permits. Experience with storm water management and erosion and sedimentation control in various jurisdictions. Analysis, documentation, and implementation of LEED criteria and Energy modeling, and Life Cycle Cost Analyses (LCCA). Experience in Advanced Modeling Requirements for USACE projects including the use of Building Information Modeling (BIM). Topographic surveys, soil surveys, and subsurface exploration including associated testing. Coordination with, submissions, and presentations to the State Historic Preservation Offices (SHPO), National Capital Planning Commission (NCPC), and the Commission of Fine Arts (CFA). Asbestos and lead paint surveys and testing services. Firms shall provide at least five (5) but no more than ten (10) projects demonstrating their experience in the types of projects and products as described in the Section 2, Project Information, and show specialized experience of the proposed team in the services noted above. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. For submittal purposes, a task order on an IDIQ contract is considered a project as is a standalone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or standalone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. b. Professional Qualifications of the Individual Design Team Members: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel, either in-house or through consultants, in the following list of key disciplines: Project manager, architect, landscape architect, interior designer, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, quality assurance/quality control reviewer/manager, planner, certified value engineer, communications engineer, anti- terrorism/force protection (AT/FP) engineer, environmental engineer, geotechnical engineer, cost engineer, commissioning specialist, land surveyor, survey crew, construction manager, certified industrial hygienist, and U.S. Green Building Council (USGBC) LEED accredited professional. Provide two (2) resumes for each key personnel. The Anti-Terrorism/Force Protection Engineer shall be a licensed professional engineer and have experience and training related to compliance with Department of Defense AT/FP policy standards and specifications. The environmental engineer should have experience obtaining environmental permits in the NAB region. The Communications Engineer shall be a licensed professional engineer or be a Registered Communications Distribution Designer (RCDD). The Interior Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), licensed interior designer, or licensed architect with experience and training in interior design. The Cost Engineer shall be a certified cost engineer (CCE), certified cost consultant (CCC), certified professional estimator (CPE) or have comparable certification as well as experience with cost estimating software, specifically MII. The Fire Protection Engineer shall be a registered fire protection engineer and have a degree in Fire Protection Engineering from an accredited university. The Certified Value Engineer must be accredited by SAVE International as a certified value specialist (CVS). The Commissioning Specialist shall be a licensed professional engineer and be certified by one of the following organizations: Building Commissioning Association (BCA), National Environmental Balancing Bureau (NEBB), AABC Commissioning Group (ACG), or Association of Energy Engineers (AEE). Any individual that has been the subject of disciplinary action by respective commissioning organization within the five years preceding Contract Award is not eligible to perform any duties related to commissioning. The commissioning specialist shall also have documented experience as the lead person responsible for commissioning of building systems of similar type, scope, and complexity and must have at least two projects for which the individual was the documented commissioning Authority for a LEED certified project. Where a single individual does not have the required experience in commissioning of both mechanical and electrical systems, multiple individuals with the necessary qualifications as stated above shall be engaged under the management of a designated Lead Commissioning Specialist. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required time frames. All personnel working under the IDIQ and subsequent task orders must be U.S. citizens. Personnel in each key discipline listed above must possess valid, current, and final Top Secret Security Clearances. It is mandatory that the Contractor maintains a balanced work force with a significant cadre of cleared Top Secret personnel to work in such areas. Provide all clearance information for personnel submitted in the SF 330, Section H. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. c. Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from CPARS and other sources, such as past performance questionnaires (PPQ). Offerors will be evaluated based on past performance with Federal Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Past performance submittals should match projects submitted for Paragraph a. Specialized Experience and Technical Competence. d. Capacity: Firms must demonstrate their ability to meet schedule, scope, and budget on multiple, concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract. Firms shall demonstrate the capacity to accomplish at least five (5) $1,000,000 simultaneous individual task orders, or two (2) $2,000,000 simultaneous task orders. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key persons 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. A proposed Management Plan shall be presented that includes an organization chart (reference SF 330, Part I, Section D) and addresses team organization (reference SF 330, Part I, Section C), any anticipated sub-contractors or entities to supplement the design team, quality control procedures, cost control, coordination of in-house disciplines and consultants required to meet work capacity. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2). e. Knowledge of the Locality: Firms must demonstrate specific knowledge of USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination, permitting, and local laws and regulations as described the Project Information section. The localized knowledge includes demonstration of working with multiple agencies and other stakeholders to execute projects described herein. Knowledge of geological features, climatic conditions, and local construction methods specific to NAD will also be evaluated. SECONDARY CRITERIA: Secondary factors will only be used as "tie-breakers" among firms that are essentially technically equal. f. Small Business Participation Plan: Firms shall demonstrate the extent of their participation with small businesses. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business. g. Geographic Proximity: Firms will be evaluated on their location with respect to the USACE NAD Area of Responsibility (AOR) and the USACE Baltimore District. h. Volume of DoD Contract Awards: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB (SF 330, Part I, Section H). 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 mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or 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 Offeror's responsibility 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 12:00 PM EST, 12 February 2024. The SF 330 and the Small Business Participation Plan shall each be submitted as separate Adobe Acrobat (.pdf) files. 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 12:00pm Eastern time on the closing date specified in this announcement. The SF 330, 08/2016 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 SF330 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 (8.5" x 11"), 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. QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than Close of Business 29 JAN 2024 to allow time for a response. On this date and time, the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link 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 below. 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. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link 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 below. 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. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitaion Number is: W912DR24R0015 The Bidder Inquiry Key is: IG4ZZY-9YQXK2 Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. FILE DESCRIPTION: Include a "File Description" for each file(s) you upload as described previously. The "File Description" will be included in the email notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description.) Submission shall be in Adobe PDF format. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated Government personnel identified to receive proposals. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient. Offerors are also responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. **Note: The solicitation number was updated to W912DR24R0015 from PANNAD-23-P-0000 002487 to account for the change in fiscal year.

Conceptual

Military

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
554
Active Projects
295
Bidding Soon
4,172
All Active Projects
1,709
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.

August 12, 2024

img_map_placeholder

Multiple Locations, Baltimore, MD

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.