Request for Qualifications Information (RFQI) No C146. Mechanical, Electrical, Plumbing and Fire Protection Engineering Design Services

Size: px
Start display at page:

Download "Request for Qualifications Information (RFQI) No C146. Mechanical, Electrical, Plumbing and Fire Protection Engineering Design Services"

Transcription

1 Request for Qualifications Information (RFQI) No. Mechanical, Electrical, Plumbing and Fire Protection Engineering Design Services At Ronald Reagan Washington National Airport and Washington Dulles International Airport Metropolitan Washington Airports Authority July 2018

2 METROPOLITAN WASHINGTON AIRPORTS AUTHORITY REQUEST FOR QUALIFICATIONS INFORMATION MECHANICAL, ELECTRICAL, PLUMBING AND FIRE PROTECTION ENGINEERING DESIGN SERVICES RONALD REAGAN WASHINGTON NATIONAL AIRPORT AND WASHINGTON DULLES INTERNATIONAL AIRPORT I. DESCRIPTION OF TASKS The Metropolitan Washington Airports Authority (Airports Authority) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to a Mechanical, Electrical, Plumbing (MEP) and Fire Protection (FP) Engineering consulting firm/firms to perform task order type services at Ronald Reagan Washington National and Washington Dulles International Airports. The contract period of performance will be for one base-year term and three one-year option periods to be exercised at the Airports Authority s discretion. A minimum of one task order is guaranteed under this contract. The maximum total estimated value for the base term will not exceed seven hundred and twenty thousand dollars. If the options are exercised the estimated total contract value may not exceed two million eight hundred eight thousand dollars. Although the resultant contract is intended to facilitate planned work, emergencies do arise from time to time requiring short notice response. II. QUALIFICATIONS Each firm, team or joint venture shall have in-house or subcontractor capabilities to handle the following: MEP and FP studies; MEP and FP investigation of existing facilities; MEP and FP concept drawings; MEP and FP cost estimates; MEP and FP life cycle analysis; MEP and FP construction documents; MEP and FP construction schedules and MEP and FP phasing plans; and associated civil and structural services to support MEP and FP services noted. Mechanical and plumbing expertise, including experience with high temperature hot water systems, chilled water systems, steam to hot water conversion, HVAC, facility plumbing, direct digital control systems and aircraft fueling. Electrical expertise, including low and medium voltage power distribution, power systems studies, emergency generator systems, load shedding schemes, Supervisory Control and Data Acquisition (SCADA), airfield lighting and programmable controllers. Fire Protection expertise, including fire suppression clean agent, foam, dry and wet water systems, etc., and digital fire alarm systems. Overall experience coordinating and managing several ongoing design efforts simultaneously and ability to coordinate design work between the various disciplines and provide effective quality control. Construction Management Service experience to include on-site Resident Engineer to support Owner s representative as applicable supporting the construction process to meet project schedule completion. Overall experience of involvement in the source selection organization for Design Build Construction projects, which includes creating RFQ, developing Preamble/Fundamental-Scope-Statement, and evaluating Design Build Contractor s proposal. Page 2 of 6

3 III. SELECTION OF THE A/E WILL BE BASED ON THE FOLLOWING CRITERIA IN DESCENDING ORDER OF IMPORTANCE 1. Team Experience. The firm/team or JV (Firm) proposing as the prime consultant to include Key Personnel proposed must demonstrate having at least five (5) years of experience performing on Indefinite Delivery Indefinite Quantity (Task Contract), contracts for projects as indicated in the General Requirements and Qualifications. Firm must narratively demonstrate experience in the Aviation sector or similar type experience for the size and scope of this contract. Experience must include work in operational facilities, work that required conformance with specialized codes, design standards, and operational procedures should be emphasized. Firm must discuss in its proposal current contracts, including quality of design, constructability, cost estimating, meeting performance schedules, and other considerations relevant to determining the likelihood of the Offeror s successful performance. Must provide a minimum of three references for relevant projects completed with the last five (5) years (only one of which may be MWAA) and each reference must include owner of the project, project description, total dollar value, and a point of contact directly involved with current contact information. 2. Key Personnel. Qualifications, experience and availability of no less than 30% of the individuals who will have direct involvement and responsibilities (day-to-day) in the project for the following roles. Provide resumes of listed key personnel to include current project commitments to other clients. Resumes should demonstrate that at least two (2) projects have completed construction within the last five (5) years. a. Project Manager b. Project Mechanical Engineer c. Project Electrical Engineer d. Project Plumbing Engineer e. Project Fire Protection Engineer 3. Organization/Management. Provide organizational chart with roles, responsibility and reporting lines to the project manager, and specific strategy in performing and meeting the requirements of the RFQI to include but not limited to managing the design process, design build process and project team. Describe the specific strategy proposed to manage the design process in order to achieve timely and high quality project delivery, and completion of concurrent Task Order projects. Organizational chart must identify LDBE firm that will be involved in the project and describe the management plan to successful ensure performance and achieve of the LDBE requirement. 4. Cost Effectiveness & Quality Control. Past performance of the prime consultant and subcontractors with respect to working within the original project budget and schedule, as well as the successful application of quality control procedures to ensure completeness of construction documents with a minimum of construction change orders. Include projects listed as examples of relevant design experience and provide an explanation of variances between original and final budgets and schedules. The criteria are listed in descending order of importance. e.g., Criteria No. 1 greater in importance than Criteria No. 2. A Request for Proposal (RFP) will result from the evaluation of qualifications submitted by offerors responding to this announcement. It is anticipated that a short list of submitters will be interviewed by a selection committee for final selection. The subsequent contract will be a negotiated, firm fixed unit price contract and will include a requirement that there be a minimum of 65% Local Disadvantaged Business Enterprise (LDBE) participation in each contract. Page 3 of 6

4 An LDBE is defined as a small business concern which is organized for profit and which is located within 100 mile radius of Washington, D.C.'s zero mile marker. To qualify as a small business concern for purposes of this announcement, the average gross receipts of administrative management and general management consulting services (NAICS ) must not exceed $15.0 million, engineering services (NAICS ) must not exceed $15.0 million, drafting services (NAICS ) must not exceed $7.5M and building inspection services (NAICS ) must not exceed $7.5 million and all other professional services (541990) must not exceed $15.0 million based on the average receipts of the last three years. The receipts of all affiliates shall be counted in the total of the business entity's gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call the Department of Supplier Diversity at (703) IV. CONFLICT OF INTEREST The Offeror shall disclose any potential conflict of interest they, any of its joint venture partners, any subsidiaries of a joint venture partner, any companies sharing common ownership with a joint venture partner, or any of its subcontractors may have in regards to this procurement. A conflict situation can arise when an offeror takes action or has interests that interfere with the Offeror s ability to perform his or her company s work objectively and effectively. The Contracting Officer may preclude those entities from receiving an award for any such work reasonably deemed to pose a conflict of interest with Work provided hereunder. The Offeror, any of its joint venture partners, any subsidiaries of a joint venture partner, any companies sharing common ownership with a joint venture partner, or any of its subcontractors will be precluded from providing other services to the Authority (i.e., planning, design, or construction) which conflict with its services under this contract. V. SUBMITTAL INFORMATION REQUIRED Firms which meet the requirements of this announcement are invited to submit an ORIGINAL AND FIVE copies (Total of six (6) of the following: A. Cover Letter. B. Qualifications package not to exceed a total of sixty (60) pages single-sided (30 pages double- sided), 11 point font minimum. This total 60-page limitation encompasses the cover letter, Standard Form 330, statement of LDBE commitment and any additional documentation you wish to submit describing the organization and responsibilities of the firm, sub-consultants, and/or joint venture partners; as well as supporting graphics. C. Statement of Commitment to meeting the 65 percent LDBE participation requirement. D. Documentation of LDBE certification (e.g. letter from the Department of Supplier Diversity Office or current certification number). E. LDBE certification application or indication that the firm has a pending LDBE application, for each proposed LDBE firm (waiver of this requirement shall be considered only under extreme extenuating circumstances). This information shall be made as an attachment to your submittal F. A minimum of three references for the team, if available, or for the individual members of the team, including project description, point of contact and phone number. Points of contact shall be individuals Page 4 of 6

5 directly involved in the projects. Provide information if the A/E firm, as prime consultant and/or subconsultants has received any written notices of deficiency or non-compliance with contracts in the last five (5) years. Personnel from projects designed under MWAA shall not be used as references. Responses to this RFQ must be submitted to: Metropolitan Washington Airports Authority Procurement and Contracts, MA-29, IAD Aviation Drive, Suite 240 Dulles, VA Attention: Janice Balzarini, Contracting Officer The due date and time for submittals is August 10, 2018 at 1:00pm local time. Please identify the package with an exterior labeling stating, "RFQI No., Mechanical, Electrical, Plumbing and Fire Protection Engineering Design Services, Ronald Reagan Washington National Airport and Washington Dulles International Airport. All questions concerning this solicitation must be submitted by 3:00 PM, July 27, 2018 via the Authority s website at: No other general notification for this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal. The Airports Authority is not an agency of the United States Government. Do not contact Airports Authority consultants or Airports Authority personnel, other than the Contracting Officer, regarding this solicitation Page 5 of 6

6 Appendix A Additional Instructions Standard Form 330 The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address the Selection Criteria. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual s or firm s specific role on each project listed. Experience listings that are for related vs. direct project experience should contain a brief statement as to why that project s experience is considered related and/or relevant. All projects listed should include a brief description of the type of project, the specific role of the firm or individual and other information that is considered relevant to this project. Cleary identify if work experience cited for an individual was done while working for another firm; and if previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the estimated cost and should show both the firm s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H, Should include all information and discussion necessary to address Selection Criteria. Shall have a minimum 11-point type size. Is not to contain extensive repetition of material presented in previous sections. Should include an additional copy of the proposed organization chart, along with a discussion of the proposed project organization, specific responsibilities of the member firms, previous working relationships and all other pertinent information necessary to address Qualification Criterion 1 through 4 above. The organization chart and accompanying discussion should be well coordinated with the personnel resumes in Section E, particularly regarding job titles and responsibility designations. Should be used to elaborate on any relevant issues expected to influence the course of this design project, your ideas on dealing with them, and your experience in dealing with them in the past, including (a) coordination with large multi-departmental client organizations, (b) coordinating and taking full responsibility for the efforts of a large number of specialty sub-consultants working in different cities, (c) managing the design of projects remote from the various design production offices, and (d) any other issues you deem pertinent. Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated. Page 6 of 6