W911SA23R2018 Architectural & Engineering Contract FY 24-29

Agency: DEPT OF DEFENSE
State: Wisconsin
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Jul 31, 2023
Due: Sep 1, 2023
Solicitation No: W911SA23R2018
Publication URL: To access bid details, please log in.
Follow
W911SA23R2018 Architectural & Engineering Contract FY 24-29
Active
Contract Opportunity
Notice ID
W911SA23R2018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC FT MCCOY (RC)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 31, 2023 03:59 pm CDT
  • Original Published Date: Jul 26, 2023 09:37 am CDT
  • Updated Date Offers Due: Sep 01, 2023 04:30 pm CDT
  • Original Date Offers Due: Sep 01, 2023 04:30 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2023
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Fort McCoy , WI 54656
    USA
Description View Changes

This notice is posted in its entirety and hereby serves as the official solicitation for this project. A solicitation will only be provided to those determined most qualified.





***Edited 7/27/2023 1:45:00 pm C.T. This will be a small business set aside.



FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)



(a) Definition. Small business concern, as used in this clause—



(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.



(2) Affiliates, as used in paragraph (a)(1) of this clause, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.



(b) Applicability. This clause applies only to-



(1) Contracts that have been totally set aside for small business concerns; and



(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).



(c) General.



(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.



(2) Any award resulting from this solicitation will be made to a small business concern.



(End of clause)







POINT OF CONTACT FOR THIS ANNOUNCEMENT IS Crystal Johnson



SUBMIT QUESTIONS VIA E-MAIL TO: crystal.j.johnson27.civ@army.mil.





The NAICS code is 541330 Engineering Services. The size standard is $25.5 Million. The Classification Code is C-Architect and Engineering Services. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 and DFARS Part 236.



This announcement is open to all qualified firms and is for the selection of one (1) Architectural & Engineering (A-E) Firm for a five year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The total capacity of the contract will not exceed $19,500,000. 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, as determined relative to the employee's office location (not the location of the work). Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, a task order will be included to satisfy the minimum guarantee of $5,000 with the basic contract. Firms must be capable of concurrently responding to and working on multiple projects simultaneously. The selection of a Firm is based on the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. All Firms responding to this announcement are cautioned to review FAR Part 9.5 - Organizational and Consultant Conflicts of Interest; and FAR 36.209 Construction contracts with architect-engineer firms.



SCOPE OF SERVICES: Fort McCoy intends to award one (1) Firm Fixed- Price performance based Architectural & Engineering (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contract for use at Fort McCoy, WI. The A-E IDIQ contract will be established for a term of five years. A contract minimum of $5,000 and a cumulative $19.5 Million ceiling will apply for the duration of the contract with no limit on individual Task Order amounts. The Architectural and Engineering Services for which Task Orders may be issued may include:



Construction Design: Provide professional services necessary for the design of various maintenance and repair, and new construction projects that are primarily multi-discipline engineering in nature, i.e., mechanical, electrical, plumbing, architectural, civil, structural, and etc., engineering services. Projects will include but not limited to buildings, utilities, roads, parking lots, bridges, dams and railroads.



Wastewater/Water Systems: Provide professional services necessary for the design of various maintenance, repair, and new construction projects supporting wastewater/water systems. Provide analyses, studies, and designs of wastewater treatment plants to include phosphorus removal and reduction, drinking water wells, collection systems, storage systems, and treatment plants.



Environmental Services: Provide professional services necessary for the design of various maintenance and repair, and new construction projects supporting environmental activities. Provide environmental services to include but not limited to building, soil, groundwater, surface water and other material contamination investigations and remediation studies; preparing construction storm water permit and Section 404 permit applications; preparing National Environmental Policy Act documentation to include Environmental Assessments and Impact Statements; adaptive management compliance verification; conducting biological and natural resource studies and inventories; performing cultural resources monitoring and documentation; feasibility studies for pollution prevention and energy conservation projects.





SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Factors 1-5 are primary. Factors 6-7 are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal.



FACTOR 1 - PROFESSIONAL QUALIFICATIONS: Provide proposed team resumes for qualified professional personnel in Section E of SF 330. The selected firm must have, either in-house or through consultants, the following disciplines: (1) project management, (2) quality assurance management, (3) architecture, (4) structural engineering, (5) civil engineering, (6) mechanical engineering, (7) electrical engineering, (8) fire protection engineering, (9) geotechnical (Soils) engineering, (10) environmental engineering, and (11) land surveying. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. In each resume, include the location of the office where the individual works. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Firms may provide information on other personnel they feel are significant for the types of work described in the scope of services.



FACTOR 2 - SPECIALIZED EXPERIENCE AND TECHNICAL



COMPETENCE: (1) Demonstrated breadth, knowledge and experience of current military and federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation including Environmental Assessments and Impact Statements; construction storm water permit and Section 404 permit; conducting biological and natural resource studies and inventories; performing cultural resources monitoring and documentation; feasibility studies for pollution prevention and energy conservation projects. (2) Knowledge and experience with design in the following areas: Construction Design, Wastewater/water systems Design, Renovation to include renovations of wood structures, moving structures, HVAC design/renovation, roads, bridges, stormwater drainage and Environmental Design. (3) Demonstrated experience with Wisconsin DNR for environmental assessments, permits, and water and wastewater projects requiring approvals, natural resources approvals and historic preservation approvals. (4) Experience designing projects on military installations including familiarity with military codes and standards such as application of the Unified Facility Criteria (UFC). (5) Knowledge and experience with Endangered Species Act, National Historic Preservation Act, and Clean Air and Water Acts.



FACTOR 3 - CAPACITY TO ACCOMPLISH THE WORK: Firms must demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate teams or crews to perform those tasks such as surveying, data collection and design effort.



FACTOR 4 – PAST PERFORMANCE: Past Performance on contracts with Government Agencies and Private Industry in terms of Cost Control, Quality of Work, and Compliance with Performance/Design Schedules. Evaluations will be based on Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from Contractor Performance Assessment Rating System (CPARS) and other sources such as past performance questionnaires. Offerors will be evaluated based on past performance with 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. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. The evaluation of this factor will be based on the past performance information from the previous five years.



FACTOR 5 - KNOWLEDGE OF LOCALITY: Knowledge of design and construction methods of military projects in the geographic area where work (Fort McCoy, WI) is anticipated to be accomplished. Knowledge of design and construction in areas with: a high water table, winter conditions (design of facilities and utilities considering heavy snow loads, wind loads, frost depths for foundations and utilities, snow removal design, freeze thaw conditions, roof design for falling ice/snow over doors and walkways, and design of heating and cooling systems for the range of temperatures) or constraints imposed by threatened and endangered species act or WI DNR wetland provisions.



FACTOR 6 - GEOGRAPHIC PROXIMITY: Proximity of the principal design office and proposed team members to Fort McCoy, WI.



FACTOR 7 - VOLUME OF DEPARTMENT OF DEFENSE (DOD) AWARDS: Volume of DOD 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 A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB, and will be awarded to the firm with the least amount of DOD award in the last 12 months.





SUBMISSION FORMAT: Three (3) completed and bound paper copies and one (1) electronic copy in PDF format are required for each submission. Paper copies should be received at the MICC Contract office by submission due date and time. Please mail documents to Fort McCoy MICC Contracting Office, Attn: Crystal Johnson, 1108 South R St., Fort McCoy, WI 54656. Submissions for digital copy will be done via DOD Safe, request a link by emailing the Contract Specialist above. Submitting firms are to include the UIE number along with the name of the firm in Block 5 of the SF 330, Part I, Section B. Relative to all submittals, FONT SIZE shall be at least 10 point or larger (MS Word Font Size 10 for Times New Roman, Arial and Courier New fonts are examples of the minimum acceptable Font Size). Except as otherwise indicated, pages shall be 8-1/2 inches by 11 inches. Where page limits are indicated for Parts/Sections of the SF 330, excess pages will not be read or considered. Each side of a sheet of paper shall be counted as a single page. Blank sheets or tabs separating the sections within the SF 330 will not count toward any page limitation. The Organizational Chart required in Section D and the Matrix required as Section G, may be presented on sheets up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches and bound in the SF 330 at the proper location. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D. Resumes in Section E shall not exceed two (2) pages each. Multiple Resumes may be reflected on a single page. Resumes shall be provided for the qualified professional personnel indicated in FACTOR 1, above. Professional licenses, registrations, and/or certifications shall be specifically identified on resumes and the failure to identify a license, registration and/or certification will result in a presumption that none exists for the individual for whom the Resume is offered. A maximum of Ten (10) projects including the prime and consultants will be reviewed in Section F. No more than one (1) page should be used for each project. Multiple projects may be reflected on a single page. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall not exceed fifteen (15) pages. Indication of favorable performance ratings, awards, and repeat clientele in Section H is recommended. In Block H also indicate the estimated percentage of involvement of the proposed team. It is the responsibility of the Prime Contractor to comply with FAR 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. A SF 330 PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract.



THIS IS NOT A REQUEST FOR PROPOSALS. ALL REQUIREMENTS OF THIS NOTICE MUST BE MET FOR A FIRM TO BE CONSIDERED RESPONSIVE. SOLICITATION PACKAGES ARE NOT PROVIDED.



SUBMITTALS MUST BE RECEIVED NO LATER THAN 4:30 PM CENTRAL TIME ON September 1st, 2023. Regulations require that the Selection Board not consider submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 4:30 PM Central Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. Facsimile or electronic transmissions will not be accepted. A Pre-Selection Evaluation Board is tentatively scheduled to commence on or about September 11thth, 2023. Letters to Firms on the Final Selection List are tentatively scheduled to be sent on or about September 22nd, 2023. The final Source Selection Evaluation Board is tentatively scheduled to commence on or about October 9th, 2023. As required by acquisition regulations, interviews for the purpose of discussing prospective Firms qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal review by the selection board (Final Selection List).



Interviews, if held, may be conducted in person or via telephone. Telephone calls and Personal visits for the purpose of discussing this announcement will not be allowed. Questions are to be in writing via e-mail to the POC listed above. Questions will be answered in writing via posting to a Question and Answer (Q&A) document on www.SAM.gov. Firms are encouraged to view the Q&A document BEFORE sending in a question as it may already be answered. All questions are to be received no later than 3:30 PM CENTRAL TIME on August 8th, 2023 to the POC listed above. All Firms making submissions acknowledge the requirement that prospective awardees must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this announcement. For instructions on registering in SAM, see the SAM website at www.sam.gov/portal/public/SAM/.



FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330. FIRMS MUST INCLUDE THE UIE NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF330.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET
  • FORT MCCOY , WI 54656-5142
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

May 24, 2023[Sources Sought (Original)] W911SA23R2018 A&E Contract FY 24-29
Jul 26, 2023[Solicitation (Original)] W911SA23R2018 Architectural & Engineering Contract FY 24-29
Jul 27, 2023[Solicitation (Updated)] W911SA23R2018 Architectural & Engineering Contract FY 24-29
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Lease of Office Space within Region 5 using Request for Lease Proposals (RLP)

Federal Agency

Bid Due: 5/07/2024

IMPORTANT NEWS & UPDATES: THE DIVISION OF FACILITIES DEVELOPMENT (DFD) WILL NOW BE

State Government of Wisconsin

Bid Due: 5/07/2024

View Bid Back to Bids Solicitation Reference #: 2024-UWWTW-00572-RFB Title: Theatrical Stage Curtains

State Government of Wisconsin

Bid Due: 5/10/2024

RFP-2024-026 - Airport In-County Shuttle Service May-06-2024 RFP-2024-026 - Airport In-County Shuttle Service

Milwaukee County

Bid Due: 5/06/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.