<<

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 32 2. AMENDMENT/MODIFICATION NO.3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable) 0002 11-Dec-2019 6. ISSUED BY CODE W912PM 7. ADMINISTERED BY (If other than item 6) CODE

U S ARMY CORPS OF ENGINEERS, WILMINGTON WILMINGTON DISTRICT See Item 6 ATTN: CONTRACTING DIVISION 69 DARLINGTON AVE WILMINGTON NC 28403-1343

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. X W912PM20R0002

X 9B. DATED (SEE ITEM 11) 18-Nov-2019 10A. MOD. OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13) CODE FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

W912PM20R0002 is hereby amended to incoporate the follow ing:

1. Revised the Instructions to Offerors to provide clarity and consistency in Criteria descriptions. 2. All other Terms and Conditions remain unchanged.

///////////////////////////////////////////////// Last Item \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

TEL: EMAIL: 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY 11-Dec-2019 (Signature of person authorized to sign) (Signature of Contracting Officer) EXCEPTION TO SF 30 30-105-04 STANDARD FORM 30 (Rev. 10-83) APPROVED BY OIRM 11-84 Prescribed by GSA FAR (48 CFR) 53.243 W912PM20R0002 0002 Page 2 of 32

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION C - DESCRIPTIONS AND SPECIFICATIONS

The following have been modified: INSTRUCTIONS TO OFFERORS SUBJECT: W912PM20R0002, Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Small Business Architect-Engineer (A-E) - Services to support the US Army Corps of Engineers - Wilmington District.

CONTRACT INFORMATION:

The U.S. Army Corps of Engineers - Wilmington District, South Atlantic Division intends to Solicit for an IDIQ Contract in support of the Military and Civil Works Planning and Design Program. It is anticipated that up to four (4) Contracts will be negotiated and awarded. Each award will be a 1 year Base with four 1 year optional periods. The selection board will consider the most highly qualified offerors for up to four (4) Total Small Business Set-Aside awards valued at approximately $6,000,000.00 each. Work under this contract shall be subject to satisfactory negotiation of individual task orders. The maximum task order value is estimated to be $1,000,000.00. In accordance with FAR 52.216-19 a contractor is not obligated to accept a Single Task Order over the established maximum; however they may choose to do so. This IDIQ will have a minimum guarantee of $10,000.00. Rates will be negotiated for each 12-month period of the contract. The estimated award date of the contract is May 2020.

This solicitation is TOTAL SMALL BUISINESS SET-ASIDE.

The wages and benefits of service 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. The North American Industrial Classification System (NAICS) code for this project is 541330, which has a size standard of $16.5 million in average annual receipts.

Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under their contract via a secure data collection site at http://www.ecmra.mil/. Reporting inputs will be for the labor executed in each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2020. The contractor may direct questions to the HelpDesk at http://www.ecmra.mil/.

REGISTRATION: Offerors shall have and maintain an active registration in the following databases: https://beta.SAM.gov and System for Award Management (SAM) at

W912PM20R0002 0002 Page 3 of 32 http://www.sam.gov to be eligible for a Government contract award. It is the responsibility of interested parties to appropriately register SAM and beta.SAM and to monitor for notices, amendments, etc. Prospective Offerors are advised, to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation and certifications. PROJECT INFORMATION: The firm(s) selected will be required to provide all phases of Planning, , and Design for military and civil programs which meets the definition of A-E Services as defined in 40 U.S.C. 1101 and FAR 2.101. Tasks for the Military Program shall include, but are not limited to: Design , Design Conferences, Parametric Design Reports, Parametric Estimating, Concept (35%) through Final Design and Submittal, Construction Contract Documents, Preparation of Design–Build Request for Proposal, Design– Build Evaluation Consultation, , Architectural Renderings, Permitting, Value Engineering, Other Studies/Reports and Construction Phase Services.

Tasks for the Civil Works Program shall include, but are not limited to: Studies, Investigations, Design, Repairs and new construction in support of the Navigation and Lakes Branches (Falls Lake, Cape Fear Locks and Dams, Jordan Lake, Philpott Lake, W. Kerr Scott, John H. Kerr).

These contract(s) are intended primarily for projects within the geographical boundary of the USACE South Atlantic Division – Wilmington District.

The selected firm must have the capability through in-house staff or consultants to perform Topographic and hydrographic Surveys, Subsurface Investigations,mapping, geotechnical and subsurface utility investigations, and hazardous material testing and abatement/remediation planning in conjunction with Design Task Orders. Unless otherwise indicated, design services and deliverable requirements will be developed using ERDC/ITL TR-12-6 A/E/C CADD Standard, Release 6.0. A variety of software may be utilized, potential software includes but is not limited to SPECSINTACT software for contract specifications, MCACES Second Generation (MII) software for cost estimates and Beach-fx for evaluating the physical performance and economic benefits and costs of shore protection projects or as specified in individual Task Order Scopes of Work. Responses to comments will be provided using the Government web-based Design Review and Checking System (DrChecks) located at www.projnet.org.

Projects to be performed under any subsequent awarded IDIQ’s from this solicitation may include project similar in size, scope and complexity listed to those found in the subsequent tables. It is anticipated that any of the below identified MILCON and O&M projects will be accomplishable by the most highly rated offerors with whom to fulfill these task orders.

Wilmington District Military Construction Projects

PN # Project Name FY PA *

W912PM20R0002 0002 Page 4 of 32

90610 SOF Armsroom Addition 22 $7,900 87447 SOF Supply Support Activity 22 $6,400 91022 SOF Tech Support Detachment Annex 22 $9,000 SOF Renovate Building 80850 H-2639 23 $6,419 81893 SOF Deployment Facility 23 $9,000 SOF Multi-Purpose Range Support 89187 (SWC26) 23 $7,900 69252 SOF Range 16 Baffle Containment 24 $7,100 SOF Camp MacKall Company 86027 Operations Facility 24 $4,350 81914 SOF Renovate SOF LOGS Building LR $5,500 81911 SOF Deployment Readiness Warehouse LR $7,000 SOF Human Performance Training 81167 Center LR $5,844 SOF Human Performance Training 79450 Center LR $8,280

Wilmington District Military O&M Construction Projects The following table provides 3 year sample of awarded O&M design requirements for the Wilmington district and its customers.

SC00006-6P Design Contract and S&R SF00005-16 Renovate Hangar AE Contract SF00023-15 ATF Overhead Shelter AE Contract SF00002-16 Parachute Equip Storage AE Contract SF00004-16 Breachers Roof AE Contract SF00004-14 Control Room AE Contract SF-00013-16 Design Contract and S&R SF00002-16 Parachute Equip Storage AE 3-2847 Design PreAward ATF Storage Bldg Design SOLSE Storage Design F Sqdrn SWA Design Repair PT Area Design ISO Range 65 Design Hangar 722 Dehumid Design Support Lightning Protection Study & Grounding Loop Study Mass Notification

W912PM20R0002 0002 Page 5 of 32

Cup Transformer Range 190C & Range 19E Shower and Latrine Design

In accordance with the Brooks Act procedures, each future task order will require a qualifications-based evaluation of each selected firm from the group of awarded individual delivery contracts. Each firm will be evaluated to perform the services required for each task order using Criteria B, C, D and E (as detailed below). Additionally, the Contracting Officer may consider work completed or substantially complete as part of these awards made herein. To be considered substantially complete 95% of an order must be considered completed and received by the Government.

Evaluations will be conducted prior to the solicitation for each task order during the ordering period as identified at the time of award in FAR 52.216-18 Ordering.

SELECTION CRITERIA: The selection criteria for this particular contract are listed below in DESCENDING order of importance. Criteria A-F are PRIMARY. Criteria G and H are SECONDARY and will be used ONLY as "tie-breakers" among technically equal firms. Primary Criteria will be assigned a rating from “outstanding” to “unsatisfactory,” based on the risk to the Government that the Offeror will successfully perform that evaluated Criteria. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each Criteria as required by this solicitation will be determined non-compliant and will be removed from further consideration.

For purposes of this solicitation, a stand-alone contract or single task order is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. A single task under an Indefinite Delivery Contract is considered a project, not an Indefinite Delivery Contract itself. Projects in which the AE service is not 100% complete will not be evaluated.

***Amendment 02*** A. Criteria A, Professional Qualifications – Key Personnel (SF330, Part I, Section E)

Criteria A, Part 1 – Resumes of Key Personnel (Section E, Blocks 12-18): Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. The Offeror must provide licensure or certification number and date for each discipline. All Key Personnel for whom resumes are provided shall be shown on the organizational chart in Section D of the SF330.

W912PM20R0002 0002 Page 6 of 32

***Amendment 02***

Additional staff available for work on this contract shall be indicated on the chart by numbers. The following disciplines are required: a. Project/Task Order Manager(s) b. Architect(s) – Registered Architect; LEED Certified c. Civil Engineer(s) – Professional Engineer, preferred registrations within Wilmington District’s Area of Responsibility. d. Structural Engineer(s) – Professional Engineer, demonstrates specialized experience with Security/Force Protection design experience e. Mechanical Engineer(s) – Professional Engineer, demonstrates specialized experience with Heating, Ventilation and Air Conditioning and controls f. Electrical/Communication Engineer(s) - Professional Engineer; Registered Communication Distribution Design (RCDD) g. Fire Protection Engineer(s) – Professional Fire Protection Engineer. Demonstrate two years design experience with sprinkler fire protection systems; demonstrate four years of design experience with currently nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety. h. Interior (s) – Registered Architect or Interior Designer with NCIDQ certification; demonstrate design experience with comprehensive interior design, including planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations. i. Commissioning Authority(ies) – certified as a CxA by AABC, NEBB, or TABB j. Cost Estimator(s) – Certified AACE, ICEC, PCEA, or equivalent; resumes are required for the firm’s and/or consultant’s cost engineering or estimating specialist(s) for each of the following disciplines: architectural, structural, civil, mechanical, and electrical; a single resume may demonstrate experience in one or more disciplines, however, competence and experience for each assigned discipline must be clearly demonstrated. k. Cybersecurity Engineer(s) – Certified Information Systems Security Professional (CISSP) or equivalent. l. Coastal Engineer(s) m. Master Planner(s) – Certified AICP or equivalent; demonstrate experience with area development plans, installation/base development plans, and overall master plans

Note, LEED certification and Security/Force protection design experience requirements may be fulfilled by other disciplines.

***Amendment 02*** Criteria A, Part 2 – Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of

W912PM20R0002 0002 Page 7 of 32 a project is as noted in ‘Selection Criteria’ above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project Information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within ten (10) years of publication of this solicitation announcement. (Note: The projects provided for this factor Criteria A may also be used to address Criteria C Part 2.)

The evaluation of Part 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline. It will also take into consideration the person’s relevant project experience provided in Block 19. More weight will be given to experience with full-design type projects completed within the Southeastern United States, and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. This factor Criteria may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Part 1 of this criteria will be information submitted in Part I, Sections E and G of the SF 330. ***Amendment 02***

***Amendment 02*** B. Criteria B, Specialized Experience and Technical Competence (SF330, Part I, Section F): Offerors are to demonstrate specialized experience and technical competence for the design of facilities and infrastructure for construction which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor Criteria considers specialized experience and technical competence to support Civil Works Design and Construction as well as Military Design and Construction specific to performing services similar to those described above in the paragraph titled Project Information.

Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception: if the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% of more of a project, as either prime or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor.

In Section F, offerors are to submit up to fifteen (15) projects that best illustrate the proposed team’s qualifications for award of a contract. (Note: The projects provided for Factor 1 Criteria A, Part 2., may also be used to address this Criteria factor.) The definition of a project is as noted in ‘Selection Criteria’ above. For each project use only one page and note the contract or task order number, as applicable. As to content, do not alter the format of Section F.

To demonstrate quality of performance, see instructions in Criteria C below.

When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person was associated with at the time the project was performed.

W912PM20R0002 0002 Page 8 of 32

Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described in the paragraph titled Project Information. More weight will be given to project that are full-design type projects on military installations or completed within the Southeastern United States, and that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information.

The basis of evaluation for Factor 2 Criteria B will be information submitted in Part I, Sections F and G. ***Amendment 02*** ***Amendment 02*** C. Criteria C, Past Performance: Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror’s quality of work, cost control, and scheduling. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror’s quality of work, cost control and scheduling. Submit up to 15 example projects completed in the past six years that demonstrate experience listed above. This factor Criteria may be assessed with more weight given to successful performance ratings in these three areas on Department of Defense contracts. To demonstrate quality of past performance, for each project the Offeror must provide a Contract Performance Assessment Reporting System (CPARS). If a CPARS is not available, the Offeror must provide a NAVFAC/USACE Past Performance Questionnaire (PPQ). If a PPQ is provided and there is a CPARS, the CPARS rating will govern.

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 Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror’s 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 offeror.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 Offeror.

The basis of evaluation for Criteria C will be information submitted in Part I, Section H. ***Amendment 02***

D. Criteria D, Work Management: In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team’s breadth of knowledge and experience with managing design for Civil Works Design and Construction as well as

W912PM20R0002 0002 Page 9 of 32

Military Design and Construction. The narrative should describe the corporate approach, driving criteria, or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders.

E. Criteria E, Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously or one (1) $1,000,000 individual task order. Offeror must be able to demonstrate the capability to accomplish both scenarios.

F. Criteria F, Knowledge of Locality: Familiarity with the conditions, control and regulations affecting work in portions of North Carolina and Virginia.

G. Criteria G, Additional Key Personnel: Evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. The Offeror must provide licensure or certification number and date for each discipline. All Key Personnel for whom resumes are provided shall be shown on the organizational chart in Section D of the SF330. Additional staff available for work on this contract shall be indicated on the chart by numbers. The following additional disciplines are required:

***Amendment 02***

a. Landscape Architect(s) b. Industrial Hygienist(s) c. Environmental Engineer(s) – Demonstrate specialized experience with Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation d. Certified Value Specialist e. Geospatial Developer f. Surveyor(s) – Professional Land Surveyor, required registrations within North Carolina and Virginia g. Certified Hydrographer(s) (Professional Land Surveyor with hydrographic qualifications and relative experience will alternatively be considered) h. Geotechnical Engineer(s) – Professional Engineer or Geologist ***Amendment 02***

H. Criteria H, Geographical Proximity of Contractor: Geographical location of the contractor’s offices/facilities in relation to the primary area covered by the contract’s scope.

W912PM20R0002 0002 Page 10 of 32

Note: Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. 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.

Technical inquiries: All questions and requests for information (RFI’s) should be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet .

A. Questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.

B. To submit and review bid inquiry items, bidders must be a current registered user or self- register into the system. To self-register, go to www.projnet.org\projnet, click BID tab, select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e- mail address, then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click “Continue.” From this page you may view all bidder inquiries or add an inquiry. Offerors questions will be acknowledged via email, followed by an answer to the question after it has been processed by our technical team.

i. The Solicitation Number is: W912PM20R0002 ii. The Bidder Inquiry Key is: 4Y8U7Q-ZFRIK9

C. Bidders/Offerors are requested to review the SF 330 Instructions, the solicitation in their entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The name of the submitter or firm is not published for the public viewing on the report of all Bidder Inquiries. Bidders/ Offerors are on notice of, and assumed to be aware of, all inquiries, responses, and information posted in the Bidder Inquiry System up to the date of required submission, whether the inquiry was generated by the Bidder/Offeror themselves or another potential Bidder/Offeror.

D. Government responses to questions and RFI’s relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment to the solicitation is issued. In the case of any conflicts, the solicitation governs.

E. The ability to enter questions and RFI’s will be disabled seven (7) days prior to the closing date stated in the solicitation. The Government reserves the right not to respond to questions/inquiries received after that date. No Inquiries will be accepted by the Bidder Inquiry system within seven (7) calendar days prior to the date of bid opening. However, the Bidder Inquiry system may still be accessed to view answers/replies to previous inquiries until the bid opening.

Note: Personal visits to discuss this announcement will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's

W912PM20R0002 0002 Page 11 of 32 qualifications for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. In Section H, Firms shall present an organization chart and a narrative describing how the organization will function. Those functions to be subcontracted out shall be clearly identified. Firms may opt to refer to the organizational chart provided in Section D when submitting the required narrative within Section H.

In Section H, describe owned or leased equipment that will be used to perform this contract. Content contained in cover letters, company literature and extraneous materials is not desired and will not be considered.

Firms must include the DUNS number for the office of the firm performing the work in Section B.5. of the SF 330. Include DUNS numbers for the prime and key subcontractors in the SF330, Page 1, Block 10.

***Amendment 02*** SUBMISSION REQUIREMENTS: Interested Architect-Engineers firms having the capabilities to perform this work must submit Parts I and II of the SF 330 via email to the following individuals: Ms. Amy Jenkins at [email protected] Mr. Michael Mullen at [email protected] Offerors should also CC the Wilmington District Proposal Inbox at: [email protected] ***Amendment 02***

Title the file(s) in the following format: W912PM20R0002_COMPANY NAME_SF330

Proposal due Date and Time:

Request For Proposal No: W912PM20R0002 Due Date of Proposal: 18 December 2019 Time by which Proposals are due: 2:00 P.M. (Eastern Time) Title of Project: Small Business Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Architect-Engineer (A-E) Services

NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.

The date and time of delivery will be established by the time of receipt of the email notification to the Contract Specialist and Contracting Officer. Do not assume that electronic communication is instantaneous – in fact, it can take several minutes or even hours in some cases. Please make allowances for delays in transmittal. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients’ email inboxes until after the deadline, the submission will be considered late. The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the

W912PM20R0002 0002 Page 12 of 32 designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided

Time is of the essence, therefore any submissions received after the exact time specified for receipt will be considered late, and will be processed IAW FAR 15.208, Submission, Modification, Revision, and Withdrawal of Proposals. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter, or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file through SAM, it will not be considered (FAR 36.603(b)).

***Amendment 02*** The entire submission of the SF 330 must not exceed 2 gigabytes and shall be submitted as one file using Microsoft Word (.doc or .docx) or Adobe Acrobat (.pdf) in a Font 10 point or larger. Page size shall be standard 8 ½ x 11. Part I of the SF 330 should not exceed 100 150 pages overall. ***Amendment 02***

Resumes in Section E and example projects in Section F shall not exceed one (1) page each. Indicate in Section C.11 if the prime has worked with the team members in the past five (5) years. In Section G.26, include the firm each of the key personnel is associated with. Cover letters, company literature and extraneous materials are not desired and will not be considered.

Firms are highly encouraged to include a delivery receipt when electronically sending their submissions. Per FAR 15.208, electronic proposals received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals will not be considered “late”. It is the firm’s responsibility to ensure that the submissions are received by the designated time.

STATEMENT OF WORK STATEMENT OF WORK Small Business Architect-Engineer (A-E) - Design Services US Army Corps of Engineers - Wilmington District.

1. GENERAL

1.1. Work performed under this IDIQ will be in support of the Civil Works Program and Military Planning and Design Program. Task orders executed under this IDIQ will be for Architect-Engineering (AE) Services. Work will include all phases of Planning, Engineering, and Design for both Civil Works and Military programs. Additional work may be required in support of Engineering Services, such as survey or GIS services and shall be a lesser portion of individual task orders.

W912PM20R0002 0002 Page 13 of 32

1.2. Military program task orders may primarily include: Development of Concept and Full Designs, Renovation/Repair Projects, Preparation of Project Definition and Programming Documents, Charrettes, Preparation of Technical Portions of Design-Build and Design-Bid-Build Solicitations, Commissioning and Construction Phase Services, Design Analysis and Detailed Construction Plans and Specifications. Additionally, military program task orders may include, but are not limited to, the following support activities required to accomplish AE design task orders: Engineering Studies, Investigations, Life Cycle Cost Analyses (LCCA), Surveying (including topographic, hydrographic, boundary, facility condition assessments, precise alignment/deformation surveys and construction staking), GIS (mapping, analysis, geodatabase development, and application development) and Master Planning.

1.3. Civil Works program task orders may primarily include: Feasibility Report Development, Engineering Designs and Detailed Construction Plans and Specifications, Preliminary Reconnaissance Phase Studies and Master Planning. Additionally, Civil Works task orders may include, but are not limited to, the following support activities required to accomplish AE design task orders: Surveying (including topographic, hydrographic, boundary, precise alignment/deformation surveys and construction staking), GIS (mapping, analysis, geodatabase development, and application development.

1.4. Types of Civil Works projects will include both Inland and Coastal to include: site development, utility infrastructure improvements, flood damage reduction, coastal protection and beach nourishment, shoreline and stream bank erosion protection, shallow and deep draft navigation, environmental and eco-system habitat restoration, storm water management, comprehensive watershed evaluations and multipurpose water resources projects.

1.5. The AE, as an independent contractor and not as an agent of the Government, shall, in accordance with the terms and conditions more particularly set forth below, furnish all labor, management, facilities, supplies, equipment and material (other than those to be furnished by the Government as herein-after provided), and do all things necessary for performance of the work as set forth below. The AE shall furnish the required personnel, equipment, instruments, and transportation as necessary to accomplish required services and furnish to the Government reports and other data together with supporting material developed during the period of service. During the prosecution of the work, the AE shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work.

2. LOCATION OF WORK. This contract will be used to support Wilmington District customers in the State of North Carolina and Virginia; however, could also be used within any location in the United States that falls under Wilmington District’s AOR.

3. NEGOTIATION RESPONSIBILITIES. Task orders will be negotiated and executed by the Wilmington District or assigned

W912PM20R0002 0002 Page 14 of 32

Governmental Agent.

4. REQUEST FOR PAYMENT. Payments should be submitted to:

USAED, Wilmington ATTN: CESAW-ECP-ET 69 Darlington Ave Wilmington, NC 28403

5. SUBMITTAL SCHEDULE AND REQUIREMENTS. Delivery of completed work shall be accomplished such that the materials will be protected from handling damage. Each package shall contain a transmittal letter or shipping form, in duplicate, listing the materials being transmitted, being properly numbered, dated and signed. Shipping labels shall be marked as required in the task order.

6. PERIOD OF PERFORMANCE.

6.1. The base contract will be awarded for a period not to exceed one (1) year with four (4) one (1) year options for a total of five (5) years with the total IDIQ value not to exceed $6,000,000 over the five-year life of the contract. This IDIQ will have a minimum guarantee of $10,000 for the life of the contract.

6.2. The Architect-Engineer shall perform all work and services specified in individual task orders within the performance period specified in each task order.

7. WORK TO BE PERFORMED/TECHNICAL CRITERIA AND STANDARDS.

7.1. The Wilmington District serves a wide variety of customers, within North Carolina and Virginia, throughout the US. These AE contracts are to provide a wide variety of AE design services, and will be used primarily for the military construction and the support for others programs, but will also provide services for the civil works program. Wilmington District’s area of responsibility includes:

7.1.1. Federal work for various agencies within the State of North Carolina, including but not limited to, the Department of Defense, and the Department of Veteran’s Affairs

7.1.2. State agencies and municipalities within the state of North Carolina and Virginia

7.1.3. Federal agencies throughout the US, including but not limited to, Department of Defense, Defense Logistic Agency DESC, and the Department of Veteran’s Affairs.

8. CRITERIA REFERENCES. 8.1.Unless a specific document version or date is indicated, criteria shall be taken from the most current references as of the date of issue of the contract. This list is not intended to

W912PM20R0002 0002 Page 15 of 32

include all criteria that may apply or to restrict design and construction to only those references listed. The following information and criteria are made a part of this contract by reference:Tri-Service A/E/C CADD Standards and Advanced Modeling Criteria – (https://cadbim.usace.army.mil/cad) 8.1.2. DA Facility Standard Designs -. (https://mrsi.erdc.dren.mil/cos/) 8.1.3. Unified Facilities Guide Specifications (UFGS) (http://www.wbdg.org)- under the TECHINFO link. 8.1.4. Various Government and commercial criteria standards available in the Whole Building 8.1.5. Design Guide library (http://www.wbdg.org). 8.1.6. U.S. Army Publications and Other Information (http://www.hnc.usace.army.mil/). 8.1.7. Federal Acquisition Regulation (FAR) (www.acquisition.gov) 8.1.8. Unified Facilities Criteria (UFC)1-200-01, General Building Requirements. 8.1.9. UFC 1-200-02, High Performance and Sustainable Building Requirements 8.1.10. UFC-1-300-07A, Design–Build Technical Requirements 8.1.11. UFC 4-010-01, DOD Minimum Anti-terrorist Standards for Buildings 8.1.12. UFC 4-010-05 Sensitive Compartmented Information Facilities Planning, Design, And Construction, With Change 1 8.1.13. Savannah District Design Manual (SDDM) (http://www.sas.usace.army.mil/About/Divisions-and-Offices/Engineering- Division/Engineering-Design-Criteria/Design-Manual-for-Military-Construction/). 8.1.14. EM-385-1-1 Safety - Safety and Health Requirements, 9/15/2008.

9. DESIGN SERVICES AND DELIVERABLES REQUIREMENTS. Unless otherwise indicated, design services and deliverable requirements will be developed using ERDC/ITL TR-12-6 A/E/C CADD Standard, Release 6.0. A variety of software may be utilized, potential software includes but is not limited to SPECSINTACT software for contract specifications, MCACES Second Generation (MII) software for cost estimates and Beach-fx for evaluating the physical performance and economic benefits and costs of shore protection projects or as specified in individual Task Order Scopes of Work. Deliverables for each submission shall include at a minimum: a complete set of Advanced Modeling/Computer- Aided Design (CAD) files with all reference files intact, a converted set of PDF files with one drawing occupying one PDF file, a combined PDF file including all drawings, and one hard copy of each drawing. An Index of Drawings (typically included as a sheet in the project) shall also be provided in either an Excel Spreadsheet or an ASCII text file. Advanced Modeling is required for Centers of Standardization COS designs and other projects as required.

All narrative and text documents, specifications, and cost estimates shall be provided in their electronic format, as appropriate, and one reproducible hard copy. Each deliverable stated below shall be completed in accordance with the SDDM. The AE scope of services required under this contract may include the following:

9.1. Design . The AE is required to conduct a design charrette in accordance with AR 415-15 Army Military Construction and Nonappropriated-Funded Construction Program Development and Execution. The Design Charrette will be accomplished and

W912PM20R0002 0002 Page 16 of 32

the product submitted on the time schedule specified, and shall be a separate phase of work, independent of any other work included in the contract.

9.2. Parametric Design Report. The AE is required to prepare a Parametric Design Report (PDR) or Parametric Design Report Lite (PDR-lite) in accordance with AR 420-1, Army Facilities Management, Chapter 4 – Army Military Construction and Non-appropriated- Funded Construction Program Development and Execution and ES-07052, Enterprise Standard Instructions for Parametric Design. Additional information regarding PDRs can be found here: https://mrsi.erdc.dren.mil/pdrs/. The PDR/PDR-lite will be accomplished and the product submitted on the time schedule specified, and shall be a separate phase of work, independent of any other work included in the contract.

9.3. Parametric Estimating. All construction costs estimates shall be prepared using the MCACES Second Generation (MII) estimating software. Estimates should conform to the Military Work Breakdown Structure or Civil Works Breakdown Structure as identified in UFC 3-740-05, Change 1 June 2011. The estimate shall be created using the latest version of the English Costbook for MII.

9.4. Concept (35%) Design and Submittal. The AE will prepare and submit for approval in accordance with all requirements outlined in the SDDM. Some submittal requirements include, but is not limited to the drawings, written descriptions, design analyses, cost estimate, and other related and supporting documents. The AE will ensure that the cost estimate is submitted simultaneously with the concept design package. The AE will incorporate concept design review comments as a part of completing the Concept Design submittal. The AE will resubmit a revised cost estimate after the 35% comments have been applied.

9.5. Preliminary Design (65%) and Submittal. The AE will prepare and submit for approval in accordance with all requirements outlined in the SDDM. Some submittal requirements include, but is not limited to the drawings, (specifications, design analyses for Preliminary Submittals), quantity take-off, cost estimate, and other related and supporting documents. The AE will ensure that the cost estimate is submitted simultaneously with the preliminary design package. The AE will incorporate preliminary design review comments as part of completing this design submittal. The AE will resubmit a revised cost estimate after the 65% comments have been applied.

9.6. Final (100%) Design and Submittal. The AE will prepare and submit for approval in accordance with all requirements outlined in the SDDM. Some submittal requirements include, but is not limited to the detailed working drawings and specifications necessary for the effective coordination and efficient execution of the construction work together with such design analyses, cost estimate, quantity take-off, unit price schedules, and other related and supporting documentation. The AE will ensure that the cost estimate is submitted simultaneously with the final design package. This includes incorporation of comments from the final design review. The AE will resubmit a revised cost estimate after the final design comments have been applied. The AE shall submit the attached checklist entitled "Checklist for Architect Engineer Submittal of Final Design" with the

W912PM20R0002 0002 Page 17 of 32

100-percent final design submittal, properly indicating items that have been accomplished (Enclosure 1).

9.6.1. A completed submittal register listing all contractor submittals required in the contract specifications. The Submittal Register Form (ENG Form 4288) shall be developed using the SPECSINTACT software.

9.6.2. The AE shall edit each specification section to reflect the review of submittals required which will generate ENG Form 4288 Submittal Register. If shop drawing review is required by the AE, negotiations for shop drawings review services will held prior to the award of the construction contract.

9.6.3. For military projects, a draft of DD Form 1354, Transfer and Acceptance of Military Real Property, shall be submitted with the final cost estimate.

9.7. Corrected Final Design Submittal. The AE will prepare and submit for approval in accordance with all requirements outlined in the SDDM. The specifications and PDF formatted drawing files submitted by the AE at the corrected final design stage will constitute the construction contract documents for this project. The contract documents will be converted into electronic bid sets (EBS) by the Wilmington District for construction services advertisement. EBS documents will be issued to contractors and suppliers on CD and/or over the internet. Correction of items of noncompliance in the contract documents, whether format or technical errors, is the responsibility of the AE. Also, during the bidding period the AE shall furnish such advice as may be requested to clarify design intent, and develop the necessary amendments to document the clarification. Corrections and amendment packages will be developed within the time allowed by established design and construction bidding schedules as defined by Wilmington District.

9.8. Preparation of Design–Build Request for Proposal (Nominal Criteria): The AE shall prepare and submit for approval the drawings, written descriptions, design analysis, cost estimate, and other related and supporting documents as are more fully specified in UFC 1-300-07A. The AE shall incorporate review comments as part of completing the Design- Build Request for Proposal.

9.9. Preparation of Design–Build Request for Proposal (Partial Criteria): The AE shall prepare and submit for approval the drawings, written descriptions, design analysis, cost estimate, and other related and supporting documents as are more fully specified in UFC 1-300-07A. The AE shall incorporate review comments as part of completing the Design- Build Request for Proposal.

9.10. Preparation of Design–Build Request for Proposal (Full Criteria): The AE shall prepare and submit for approval the drawings, written descriptions, design analysis, cost estimate, and other related and supporting documents as are more fully specified in UFC 1-300-07A. The AE shall incorporate review comments as part of completing the Design-Build Request for Proposal.

W912PM20R0002 0002 Page 18 of 32

9.11. Design–Build Evaluation Consultation: The AE shall participate as a consultant to the Design–Build Evaluation Team by reviewing proposals for compliance with the requirements of the Design-Build Request for Proposal. The AE shall provide the proper design disciplines, as required by the project scope for the review, to serve as nonvoting advisors to the Evaluation Team.

9.12. Review of Design–Build Submittals: The AE shall provide the proper design disciplines required for the review the Design-Build Contractor’s design. The review shall be conducted for compliance to the technical drawings, specifications and accepted proposal requirements of the Design-Build Request for Proposal. Reviews are not normally for approval. The Design-Build Contractor assumes design liability. The AE shall provide written comments to the District utilizing the DrChecks Internet database system.

9.13. Studies/Reports: The AE shall prepare and submit studies/reports (engineering, life cycle cost analyses, etc.) in accordance with additional Specific Instructions provided within task orders.

9.14. Design Conferences. The AE will be required to attend specified meetings during the design process. The AE’s representatives required to attend the meetings and the meeting locations will be defined for specific task orders. The exact meeting location, date, and time will be provided by the AE Coordinator. The AE will be responsible for taking notes and preparing the minutes for all conferences after contract award. Conference/visit minutes will be prepared in typed form, signed by the AE’s Project Manager, and the original furnished to the Wilmington District office (within five days after date of conference) for concurrence and distribution to all attendees. This report shall include the following items as a minimum:

9.14.1. The date and place the conference was held with a list of attendees. The roster of attendees shall include name, organization, telephone number, and E-mail address.

9.14.2. Written review comments presented by attendees shall be attached to each report with the conference action noted. Prior to the next design submittal, all comments will be recorded in the DrChecks system and properly annotated by the AE. The DrChecks system is an Internet based system and access will be set up by Wilmington District.

9.14.3. Comments made during the conference, or decisions affecting criteria changes, must be coordinated with Wilmington District and recorded in the basic conference notes. Any augmentation of written comments should be documented in the conference notes.

9.15. Asbestos/Lead Based Paint Identification and Removal. The AE shall be responsible for surveying and preparing appropriate asbestos and lead based paint abatement documents for existing facilities included in the scope of the project.

W912PM20R0002 0002 Page 19 of 32

9.16. Permits. The AE will ensure that designs comply with all the requirements of the Clean Air Act, as amended; the Federal Water Pollution Control Act, as amended; and the Safe Drinking Water Act. The AE will, during final design and after consultation with the installation engineering staff, obtain necessary permits, licenses, and approvals from local, state, and federal authorities.

9.17. Architectural Renderings. Renderings may be required for individual task orders. The full size renderings (original and photos) shall be framed and matted. The rendering shall be double matted as follows: upper matte sheet shall be a neutral color with a lower sheet of contrasting and complementary color. Frame shall be a standard aluminum type frame. Matte, frame, and rendering shall be color coordinated.

9.17.1. Provide for approval, a single line perspective sketch showing the three dimensional aspects of the facility with emphasis on the main building features. The perspective sketch must be a minimum of 8”x 10”, and illustrate the view planned for the final color rendering. Include a sample indicating the type of rendering technique proposed for the final perspective. Select the horizon line and viewing point to best present the facility’s character. Generally, a normal eye level view is preferred for single building projects, and an aerial view should be used for multiple building complexes. A professional architectural illustrator showing the view approved from the single line perspective shall prepare the rendering. Details should be appropriate for the military installation (e.g., correct portrayal of personnel and uniforms).

9.17.2. Rendering size shall be appropriately apportioned to illustrate the facility shape, color, patterns of exterior materials, and site development features. The minimum size, as determined by adding the vertical and horizontal dimensions of the rendering (without matte), shall be 42”. Non-glare plastic glazing is required. Titles shall be scaled appropriately and included as part of the matte design. Titles shall identify only the Wilmington District with Corps castle, project name, base, and AE firm.

9.18. Interior Design. Development of a comprehensive interior design package, if required for a specific task order, shall be in accordance with UFC 3-120-10.

9.19. Color Boards. Color boards may be required for individual task orders. Two sets of color/finish boards giving two distinct options, from which one scheme will be selected by the Installation, should be submitted in a 3-ring binder format along with the final design submittal. Floor plans and elevations shall be included in this document. Three copies of the approved boards shall be submitted with the corrected final design submittal. Finishes shall conform to the Installation’s Design Guide. Additional color boards may be required for individual task orders.

9.20. Photographs. The contractor shall submit photographs showing, where possible, all field conditions influencing the design. The AE shall submit a narrative report detailing the general conditions and all special conditions for which it is impractical to submit specific photographs. Each photograph will be specifically labeled to identify the subject

W912PM20R0002 0002 Page 20 of 32

and how it is applicable to the design. The report and photographs shall be organized by design discipline and included in the applicable design submittal. Photographs are to be original prints or copies of such quality (size and clarity) to clearly show field conditions and verify quantity of work required.

9.21. Construction Phase Services. The AE will be responsible for assembling contract documents after award. The AE may be asked to check shop drawings, materials, fixtures, equipment, samples, plant materials, and color schedules submitted by the construction contractor in accordance with the contract plans and specifications, and to make periodic field visits to answer contractor inquiries. Requirements for submittal review and field visits will be negotiated at the completion of the design as a modification to the basic contract. Wilmington District reserves the option to review submittals in lieu of the AE. The AE may be asked to provide Construction Phase and commissioning services on site.

10. SUPPORTING DESIGN SERVICES. The following activities may be required in support in the overall performance of AE task orders for both Military and Civil Works Programs. The resulting deliverables will be submitted as required by the overall task order, consistent with Paragraph 2.

10.1. Topographic Survey. The AE or the Government shall be responsible for accomplishing all topographic survey necessary for siting of the project, including location of all utilities. All survey work shall be performed under the responsible charge of a Professional Land Surveyor, licensed within the state of the project location. Specific requirements will be detailed in individual task orders. All requirements for topographic survey work will be in compliance with EM 1110-1-1005.

10.2. Subsurface Investigation. Subsurface investigation shall be accomplished either by the AE or the Government, as specified in the project Specific Instructions. If accomplished by the AE, all requirements for full designs are to be in compliance with all USACE regulations. For design build RFP solicitations, additional detail will be provided in the specific task order. The preliminary geotechnical report for design build RFP solicitations do not require the same level of site investigations and geotechnical analysis as required for a full design. Electronic geo-referenced layout plans are also required and will be used for layout and locating of soil borings.

10.3. Geodetic and Control Surveys. Includes surveys in which the figure and size of the earth are considered and is used for precise location of basic points suitable for controlling other surveys. Includes 1st, 2nd and 3rd order horizontal and vertical control surveys in accordance with the latest Standards and Specifications for Geodetic Control Networks published by the Federal Geodetic Control Committee. Conventional, electronic instrumentation, inertial, satellite and other survey methods as applicable may be utilized.

10.4. Route Location Surveys. Roads, railroads, levees, channels, etc.

W912PM20R0002 0002 Page 21 of 32

10.5. Quantity Surveys. Preconstruction and/or final cross sections and computations of quantities for dredging and construction.

10.6. Layout Surveys. Staking of buildings, structures, utilities, roads, railroads, etc.

10.7. Hydrographic Engineering and Construction Surveying. Surveys of channels, lakes, rivers, bays and open coastal waters in support of engineering design, construction and operations and maintenance. Includes acquisition of hydrographic and surveying and mapping data representing three dimensional spatial relationships on the earth's surface. This data may be required for planning, cost estimating, engineering, dredging, design, construction, sedimentation, master planning, operations and as-built conditions. Conventional and electronic instrumentation, and remote sensing, inertial, satellite, side scan sonar, subbottom profiling, marine magnetometer, single beam and multi-beam instrumentation, motion sensors and other surveying methods and instrumentation as applicable may be utilized.

10.8. Mapping and Charting. Includes the preparation (i.e., design, compilation, digitizing, plotting and printing) of map and chart products. These depict man-made and natural features on the surface of the earth in their correct positions and at an established scale relative to a coordinate reference system. These may be associated with engineering, land/boundary, geodetic and/or cartographic surveys. CAD and/or GIS software may be utilized as applicable.

10.9. Boundary and Cadastral Surveying. Includes property, boundary and easement surveys, etc. Conventional, electronic instrumentation, satellite, and other survey methods as applicable may be utilized.

11. TECHNICAL INSTRUCTIONS. The following technical instructions are applicable to this project:

11.1. Quality Control Plan. For each task order the AE shall provide and maintain a Design Quality Control Plan as an effective quality control program which will assure that all services required by this contract are performed and provided in a manner that meets professional architectural and engineering quality standards. As a minimum, all documents shall be technically reviewed by competent, independent reviewers identified in the DQC Plan and all documents shall be cross referenced using various checklists to assure compatibility. The same element that produced the product shall not perform the Independent Technical Review (ITR) or checklist review. In addition, the DQC Plan shall as necessary incorporate the Lessons Learned database provided by the Government as part of the DrChecks system.

The DQC Plan shall be implemented by a Design Quality Control Manager who has the responsibility of being cognizant of and assuring that all documents on the project have been coordinated. This individual shall be a person who has verifiable engineering or architectural design experience and is a registered professional engineer or architect. While the Design Quality Control Manager can be a person also involved in the

W912PM20R0002 0002 Page 22 of 32

production of the product, the DQC Plan shall address the duties and responsibilities of the DQC Manager and show adequate staffing and time to perform these duties. The name of the individual and the name of an alternate person assigned to this position shall be listed in the Design Quality Control Plan. Any changes to these personnel require a resubmission of the plan for acceptance.

The AE shall include in the DQC Plan the discipline-specific checklists and the cross discipline checklists to be used during the design and quality control of each submittal. These completed checklists shall be submitted at each design phase as part of the project documentation. Additionally, comments generated by the ITR review shall be written, annotated and included in each design phase as part of the project documentation. The AE shall correct errors and deficiencies in the design documents prior to submitting them to the Government.

The AE shall include in the DQC Plan design schedules identifying all major design tasks, including those that control the flow of work. The schedule shall include review and correction periods associated with each items. Internal review periods for Design Quality Control functions shall be listed as well as external review periods.

Acceptance of the AE’s plan is required prior to the start of design. Acceptance is conditional and will be predicated on satisfactory performance during the design. The Government reserves the right to require the AE to make changes in the DQC Plan and operations including removal of personnel, as necessary, to obtain the quality specified. Insure the following items are included:

11.1.1. Project number, description, and location.

11.1.2. A listing of design team members, noting responsibilities, phone numbers and e- mail addresses. NOTE: The AE was selected based on the team members submitted no change shall be made without prior approval.

11.1.3. A CPM or bar chart schedule prepared using an off the shelf NAS software package fully compatible with the Microsoft Windows environment (i.e. Microsoft Project or similar software) indicating required design activities and proposed submission dates.

11.1.4. Brief outline description of the AE’s quality procedures for ensuring a coordinated design between disciplines, coordination between drawings and specifications, internal review processes, and conformance with Wilmington District deliverables requirements as defined in the task order.

11.2. Adapt Government Designs. When appropriate, the AE will adapt Government designs, drawings, specifications, and standards for buildings and other structures as necessary to meet the requirements of the approved layout of the proposed project, and prepare detailed designs, specifications, and drawings in required form for buildings and other structures for which Government designs are incomplete or unavailable. All such

W912PM20R0002 0002 Page 23 of 32

drawings and specifications will be corrected to reflect the latest criteria requirements in effect during the project design. Facilities to be used as a basis of design will be identified in the Specific Instructions for each project.

11.3. Adjacent Projects. On-going projects located adjacent to, or nearby a proposed project site will be identified in the Specific Instructions for each task order. The AE shall completely and thoroughly coordinate all aspects of the proposed project and how it interrelates with surrounding facilities.

11.4. Construction Cost Limit. At any time during the design process, should it become apparent to the AE that the construction cost of a project will exceed the amounts set forth for in the task order, the AE Project Manager shall immediately provide written notice to the Contracting Officer Representative (COR) and Contracting Officer. It is conceivable that the Government established Construction Cost Limit (CCL) of a project can change between the time the project is negotiated and the time final design is completed. The AE will be advised of all changes in the construction cost limit. A change in the CCL shall not categorically constitute a change in scope nor justify any change in the AE's fee. The AE is required to design all projects at full scope as indicated on the DD Form 1391 or the Specific Instructions as originally negotiated plus any changes incorporated by contract modification regardless of the fluctuation in the Construction Cost Limit in accordance with FAR 52.236-22(c). In instances where the construction cost for the full scope design exceeds the CCL, despite the AE’s best effort to design the project within the established cost limits, additive or optional construction items will be recommended and incorporated as required.

11.5. Site Visits. When making site inspection visits at the project location, the necessary arrangements for such visits will be made with the AE Coordinator. The AE will submit a report of field visit each time a visit is made to an installation. A suggested format for a field visit report is attached (Enclosure 2). The AE is responsible for determining existing site conditions and coordinating the proposed new work with existing conditions and other proposed work. As-built drawings for typical facilities furnished to the AE may not necessarily reflect the true existing conditions; therefore, each facility must be field checked and drawings revised to indicate the true existing conditions.

11.6. Accessible Design Criteria. In accordance with the Public Law 90-480, portions of the facility may be required to be designed for use by the physically handicapped. Facilities may be required to be designed in accordance with Architectural Barriers Act (ABA) Standards. Guidance can be found at: https://www.access-board.gov/guidelines-and- standards/buildings-and-sites/about-the-aba-standards/aba-standards. If provisions for the handicapped are not included, specific reasons for exemption will be furnished.

11.7. CAD/BIM Drawings. Develop all designs, using Advanced Modeling and Computer Aided Design (CAD) software. Advanced Modeling refers to the use of Building Information Modeling (BIM), Civil Information Modeling (CIM) Computer Aided Design (CAD), and Geospatial Information Systems (GIS) for the development of design and construction deliverables. The AE will develop the contract drawing files

W912PM20R0002 0002 Page 24 of 32

using the latest version of CAD software in use by Wilmington District at the time of contract award. Drawing files developed using other graphics and CAD software and then translated into another software shall not be permissible, unless specified on a specific task order. All design drawing files (and their associated data or reference files) developed for a project shall conform to the ERDC/ITL TR-12-6 A/E/C CADD Standard, Release 6.0. These project CAD files shall become Government property and be added to Wilmington District's CAD library. Project files will be delivered on CD/DVD disc with a physical label as to the project location and project name. The CD/DVD must conform to ISO 9660 file standard. See Engineering and Construction Bulletin (ECB) 2018-7: Advanced Modeling. Requirements on USACE Projects. Guidance can be found here: https://www.wbdg.org/ffc/dod/engineering-and- construction-bulletins-ecb/usace-ecb-2018-7

11.8. PDF Drawing Files.

11.8.1. The converted PDF drawing files must reflect the exact design drawing scale and line weights. The AE will ensure that the scale of the plot corresponds to the scale of the drawing when generating the PDF file. The PDF files should be scaled to full size ANSI D drawing sheets, English units 22” x 34” or if requested, to half size drawing sheets, English units 11” x 22”.

11.8.2. Sometimes there are subtle differences on prints plotted from PDF files because of pin table selections or different plotter selections. The AE shall review a 10% random sample of PDF file plots prior to their submission to Wilmington District.

11.9. Index of Drawings. An Index of Drawings (typically included as a sheet in the project) shall also be provided in either an Excel Spreadsheet or an ASCII text file. The file should contain separated columns for the following: Sheet Number, Plate Number, Title of Drawing, the PDF file name, and finally the DGN file name that contains the Sheet/Drawing. There should be a row for each sheet included in the set of drawings. This file is to aid the solicitation team through solicitation and award processes.

11.10. Computerized Design Analysis. The AE is encouraged to use computer calculations as part of analysis whenever possible. As a minimum, unless the programs are listed as approved, the AE will provide:

11.10.1. The name of the program.

11.10.2. A description of the program. This description must be sufficient to verify the validity of methods, assumptions, theories, and formulas, but does not require source code documentation or other information that would compromise the proprietary rights. The AE is responsible for verifying the results of programs and that programs are used correctly.

W912PM20R0002 0002 Page 25 of 32

11.10.3. A benchmark run validating the program that includes both a computer analysis and hand analysis of a typical or representative problem.

11.11. GIS Deliverables. All GIS deliverables shall conform to the Spatial Data Standards for Facilities Infrastructure and Environment version 4.0 Gold, or as specified in individual Task Order Scopes of Work and delivered in a Personal Geodatabase, File Geodatabase, Shapefiles, Grids, or Surfaces created with ESRI ArcGIS Desktop version 10.6, ArcGIS Pro 2.3 or as specified in individual Task Order Scopes of Work.

11.12. Geospatial Data and System. Geospatial Data related work items shall be created in These deliverables may need to be less highlighted for portions of which are associated with a surveying activity compliance with the following standards:

11.12.1. National Geospatial Data Clearinghouse. National Geospatial Data Clearinghouse: Prior to collecting data or databases, the Contractor shall use the Clearinghouse as a tool to locate and acquire any data sets that might meet project needs.

11.12.2. Content Standards for Digital Geospatial Metadata. Contractors must provide metadata for all geospatial data created under Government contracts and this metadata must be compliant with the Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata.

11.12.3. Spatial Data Standards for Facilities Infrastructure and Environment (SDSFIE), GIS Standard. The SDSFIE are content standards for GIS implementation within the Department of Defense (DOD) and Contractors must use this standard as applicable and required for the project. Project specific SDSFIE deliverable information will be provided by the Government upon request.

11.13. Cost Estimate. Cost estimates shall be developed in accordance with ER 1110-3- 1300.

11.13.1. Two cost estimating software packages are acceptable for submittals: Micro- Computer Aided Cost Estimating System (MCACES), Second Generation (MII) Software version 4.2 software (or higher) and the latest version of RS Means Cost Works software. The Government will specify which software shall be used for individual task orders.

11.13.2. It is conceivable that the Construction Cost Limit (CCL) of a project can change between the time the project is negotiated and the time final design is completed. The AE will be advised of all changes in the CCL. A change in the CCL shall not necessarily constitute a change in scope nor justify any change in the AE's fee. The AE is required to design the project at the full scope as indicated on the DD Form 1391 or the Specific Instructions as originally negotiated plus any changes incorporated by contract modification regardless of the fluctuation in the construction cost limit in accordance with FAR 52.236-22(c).

W912PM20R0002 0002 Page 26 of 32

11.13.3. At any time during the design process, should it become apparent to the AE that the construction cost of the project will exceed the amounts set forth in the Specific Instructions for each task order, AE Project Engineer shall immediately provide written notice to the Contracting Officer.

11.13.4. When an estimate is to be submitted using the MCACES, MII software, it is the AE's responsibility to use the most current version. An updated cost estimate will be provided simultaneously with each design submittal. The AE shall use RS Means source tags. Using RS means CSI line items is critical as the contract may dictate the use of CSI line items. If RS Means cannot be used, all User added cost data will be explained in the notes section in the project item detail screen. The MII file must be a working .mlp file.

11.13.5. The AE shall prepare a detailed cost estimate using the following sub-folders: SUBSTRUCTURE, SHELL, INTERIORS, SERVICES, EQUIPMENT, & FURNISHINGS. Including separate detailed costs if applicable. Each sub folder required for the project is required to list separate cost estimates for restoration and new construction costs if applicable. The restoration and new construction items will be placed in their own folders.

Example: SERVICES PLUMBING PLUMBING FIXTURES New Construction PLUMBING FIXTURES Restoration 11.13.6. The cost estimate prepared using the MCACES, MII software shall meet the following guidelines:

11.13.6.1. Two copies of a completed Bid Schedule Form, one copy with the costs and one copy without the costs, will be provided with each submittal (preliminary, final, corrected final)

11.13.6.2. Provide an estimated time frame for the total construction phase, to include optional bid items.

11.13.6.3. A current working estimate (CWE) will be provided with every submittal (charrette, preliminary, final, corrected final). The CWE will show the project costs, to include optional bid items, fully burdened (SIOH (5.7%), Contingency (appropriate % determined by scope), Design During Construction (DDC) (0.3% of construction cost), Compliance Reviews, Construction Services, privatized utilities, easements, or other project funded costs. The AE shall coordinate costs not part of the AE’s design with the AE Coordinator to provide a complete CWE.

11.13.7. When an estimate is submitted using the RS Means Cost Works software, it is the AE's responsibility to use the most current version, to include the most up to date quarterly cost data. The cost estimate will be provided simultaneously with each

W912PM20R0002 0002 Page 27 of 32

design submittal. The AE shall use Unit Costs, unless assembly costs are approved. Using RS means CSI line items is critical as the contract will dictate the use of CSI line items. If RS Means cannot be used, all User added cost data will be explained in the notes column, for each user created line item. The two files required at each submittal include a working Cost Works .udl file and an excel spread sheet (as shown on example) in the Cost Works example cost back up format. The .udl file can only be created and shared by owning the CD version of Cost Works.

11.13.8. The cost estimate prepared using RS Means Cost Works shall meet the following guidelines:

Cost Works settings:

Wage Rate: Union Location: To be determined, based on project location

Master Format: Master Format 2014 (50 Divisions) List of authorized RS Means Cost Data to be used Building Construction Costs data Concrete & Masonry Cost data Electrical Cost data Heavy Construction Cost Data Interior Cost Data Mechanical Cost data Plumbing Cost data Site Work & landscape Cost data Assemblies Cost data (if approved) Commercial Renovation Cost data

11.13.8.1. Prepare a detailed estimate of probable costs in the following format by division in accordance with Cost Works example cost back up format. Any FURNISHINGS or Utilities will be captured on a separate cover sheet, also shown in Cost Works example cost back up. Include separate detailed costs of utilities if applicable. Restoration and new construction costs require separate back up pricing data.

11.13.8.2. Two copies of a completed Form 2877 (Bid Schedule Form), one copy with the costs and one copy without the costs, will be provided with each submittal (preliminary, final, corrected final)

11.13.8.3. Provide an estimated time frame for the total construction phase. List the duration in Cost Works example cost back up.

11.13.8.4. Use the O&P column for price data if the work is sub contracted. If the prime contractor is completing the work utilize the Total bare column.

W912PM20R0002 0002 Page 28 of 32

11.13.8.5. Utilize the weighted average for profit.

11.13.8.6. Provide a calculated field office overhead with back up (supporting documentation and justification)

11.13.8.7. Assembly use requires approval. Ensure Assemblies match the scope of work to be completed. Submit a list of assemblies for approval.

11.13.8.8. For renovation work, use the commercial renovation cost data first. Second use the unit cost data found in the open titles sections above. The use of assemblies cost data is on an approval basis only.

11.13.9. For cost estimates developed in both MII and CostWorks, the restoration (repair) and modernization (new construction) costs will be totaled separately prior to combining the project cost. The restoration and new construction costs will have separate back up cost documentation (CSIs and quantities). This will be completed in accordance with AR 420-1, Army Facilities Management and AR-420-11, Project Definition and Work Classification.

11.13.10. See Enclosure 3 for cost estimating examples.

11.13.11. Classification. The estimates of cost will be utilized in preparing Government estimates for evaluating bids and as such will become confidential material for official use only. Such material cannot be divulged to other than accredited Government personnel. In the event that the AE intends to employ parties other than its own staff in preparing cost estimates, written approval of the Contracting Officer of such parties will be required. The Government will not grant approval of construction contractors or subcontractors, or any employee of the same, unless assurances are submitted that the AE will keep the cost estimates confidential and will not later submit a bid or subcontractor’s bid on the construction contract. Quantity takeoffs and cost estimates shall remain the sole property of the Government, and shall not be made available to others for any purpose. The sale of take-offs of quantities and costs to prospective bidders by estimators is prohibited. These conditions shall apply to all types of cost estimates prepared under this contract.

11.14. Documentation. Drawings, design analyses, estimates, resume of utility loads, etc., which are submitted to Wilmington District, shall be appropriately dated with the date of the latest revision.

11.15. Area Calculations. The gross area, computed in accordance with UFC 3-101-01, , shall be indicated on the floor plans for all facilities. For military construction projects, the AE shall ensure that limits of the DD 1391 are within the authorized scope and are not exceeded.

W912PM20R0002 0002 Page 29 of 32

11.16. Verification of Design Conditions: Upon completion of each design, the AE shall review the design and correct the specifications, codes, etc. to assure the specifications are up to date. Any changes required in the design to conform to code or other criteria changes shall be reported to the Contracting Officer for consideration. Such design changes may be the basis for a contract modification if a change in the scope of work is necessary. The designer shall revisit the site, verify the field conditions on which the design is based, and advise the Contracting Officer of all changes in field conditions affecting the design and that the required verification is completed prior to the submittal of the corrected final design.

11.17. Submittals: Requirements for submittal packaging shall be outlined in the Specific Instructions for each task order to include a listing of review agencies with quantities of sets the Architect Engineer is to provide for review by each agency.

11.18. Plan of Construction: The AE shall submit a plan of construction with the final design package. The plan shall be prepared in accordance with current constructions practices and shall be consistent with the requirements of the plans and specifications. The plan shall include the full period from the beginning of mobilization to and including cleanup and final acceptance of the work by the Contracting Officer.

11.19. Review Comments: The AE shall return the review comments to the Wilmington District AE Coordinator prior to the Design Review Conference indicating how the comments will be incorporated into the design. Annotations should clearly indicate how and/or where the comments will be incorporated. The annotation “Will Comply” is not a satisfactory response. Previous review comments shall also be included with the next submittal’s design analysis. Comments discussed during a review meeting or conference shall be updated immediately.

11.20. Authorized Changes: The AE shall accept instructions only from the Contracting Officer; however, requests and desires of the using agency made directly to the designer shall be forwarded to the Wilmington District AE Coordinator for consideration.

11.21. Ingress or Egress. Should it become necessary for the AE to secure the right of ingress and egress to accomplish any of the work required for the performance of various planning, survey, comprehensive interior design, and design services related to new construction, upgrade, improvement and repair on properties not owned or controlled by the Government, the AE shall secure the consent of the Owner, Owner Representative, or Agent prior to entering the property.

11.22. Design Intent. The AE shall provide assistance during the bid and construction periods in answering Bidder/Contractor questions, preparing amendments, or other responses as necessary to clarify design intent. The AE shall incorporate all amendment and comment changes made during bid and construction periods into the construction contract documents. Corrected electronic files and plots from the files shall be furnished to the Government at no additional cost.

W912PM20R0002 0002 Page 30 of 32

11.23. Record of Discussions. The AE will be required to provide a record of all discussions, verbal directions, telephone conversations, etc., participated in by the AE and/or the AE’s representatives on matters relative to this contract and the work.

11.24. ProjNet/DrChecks: The Government has developed an Internet based system (https://www.projnet.org/projnet/binKornHome/index.cfm) called ProjNet, to track and answer Proposers questions, requests for information and clarifications during design reviews and the solicitation phase. On a case-by-case basis the AE may be required to use this system. The use of the ProjNet System for all requests will be a contractual requirement. The AE will enter the system over the Internet using a web browser such as Internet Explorer 8.0 or newer or Netscape 4.7 or newer and any Internet service provider. The Government will provide the AE a user identifications and passwords for the system that will allow only those identified users to enter and view the requests for this project. The AE will provide the Government the E-mail address for the individual(s) inputting into the system in order that E-mail messages can be sent from the Government to the AE indicating a response to the request. The Government will provide instructions in the use of the ProjNet System. The Government will be notified through an E-mail message that the AE has entered a request into the system. When the Government has answered the request, an E-mail message will be sent to all proposers informing them that the answer to the request is in the system. The Proposers will enter the system to retrieve the answer using the same procedure to enter the question. The ProjNet System assigns a unique number to each request. If an amendment to the solicitation is required as a result of the inquiry this must be prepared separately and sent to the project manager promptly.

11.25. Payment Request. Payment requests must be in compliance with EP 715-1-7. Payment requests are to be sent to the attention of the AE Coordinator for processing.

11.26. Manufacturer Make and Model Descriptions: In order to maintain maximum flexibility in establishing construction specifications while at the same time avoiding unnecessarily restrictive descriptions, AE contracts for design shall require the designer to comply with the following standards when specifying a product by trade name, make or catalog number:

11.26.1. A-E shall not specify a system or product that is proprietary or for which a name "or-equal" purchase description is to be made without first coordinating with the USACE PM, COR, and Contracting Officer. The A-E shall notify the PM or COR of proprietary, sole-source, or brand name "or equal" requirements as soon as possible, including user requests for specific systems or products. During review conferences, an agenda item will be placed for discussion of the action and it will be documented on meeting minutes. If the A-E selects a proprietary system, the A-E must defend the decision per FAR 6.3 and shall furnish detailed backup information required by USACE to execute a sole-source or brand-name "or equal" justification.

11.26.2. List the salient characteristics of the named product which establish the "standard of quality" required by the Government. These characteristics should be listed in the form of physical, functional and performance characteristics.

W912PM20R0002 0002 Page 31 of 32

11.26.3. Conduct a market survey to identify all manufacturers whose products meet the Government's requirements.

11.26.4. Provide the names and model numbers of all manufacturers' products which meet the "standard of quality" and list these manufacturers and products in the specifications and/or drawings.

11.26.5. The market survey information shall be provided to the Contracting Officer to be included in the official contract file.

11.26.6. If a construction contractor submits a product from an unlisted manufacturer for acceptance, it will be evaluated against the standard of quality established by the named manufacturers' products and the salient characteristics listed in the specifications.

11.27. Value Engineering (VE) Study: A VE Study may be required for projects with a programmed amount (PA) or CWE greater than $2 million, regardless of acquisition strategy. An individual task order will specify whether the Government or the AE will be responsible for preparing the VE Study. The AE may be required to produce alternatives and present these alternatives in a final report. This final report will address the selected proposals, rejected proposals, and total any cost saving. A VE kick off meeting and final report meeting is required. The End User (customer) is a required VE team member unless the AE Coordinator removes this requirement for a specific project.

The AE will incorporate any accepted VE proposals from the VE Study, if technically feasible, into the 65% design submittal. If the AE determines that a proposal is not technically feasible, a written response with explanation why the proposal cannot or should not be incorporated shall be submitted to the AE Coordinator prior to the 65% submittal.

11.28. Disclosure of Information. 11.28.1. The AE shall not release to anyone outside the AE’s organization any unclassified information, regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless - (1) The Contracting Officer has given prior written approval; (2) The information is otherwise in the public domain before the date of release; or (3) The information results from or arises during the performance of a project that involves no covered defense information (as defined in the clause at DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting) and has been scoped and negotiated by the contracting activity with the contractor and research performer and determined in writing by the contracting officer to be fundamental research (which by definition cannot involve any covered defense information), in accordance with National Security Decision Directive 189, National Policy on the Transfer of Scientific, Technical and Engineering Information, in effect on the date of contract award and the Under Secretary of Defense

W912PM20R0002 0002 Page 32 of 32

(Acquisition, Technology, and Logistics) memoranda on Fundamental Research, dated May 24, 2010, and on Contracted Fundamental Research, dated June 26, 2008 (available at DFARS PGI 204.4).

11.28.2. Requests for approval under paragraph (a)(1) shall identify the specific information to be released, the medium to be used, and the purpose for the release.

11.28.3. The AE shall submit its request to the Contracting Officer at least ten (10) business days before the proposed date for release.

11.29. The AE agrees to include a similar requirement, including this paragraph (c), in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer.

(End of Summary of Changes)