SOLICITATION NOTICE
C -- Indefinite Delivery Contract IDC-PL-3005 for project specific Architect-Engineering (A-E) Services for the Mamaroneck/Sheldrake Flood Risk Management General Re-Evaluation Report (GRR), located in Westchester County, New York.
- Notice Date
- 2/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-10-AE-0001
- Response Due
- 3/15/2010
- Archive Date
- 5/14/2010
- Point of Contact
- Matthew Lubiak, 917-790-8089
- E-Mail Address
-
USACE District, New York
(matthew.lubiak@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A single firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The purpose of this Indefinite Delivery Contract (IDC) is to secure various engineering and Flood Risk Management services in support of civil works activities for the Mamaroneck/Sheldrake Flood Risk Management GRR located in Westchester County, New York, and other Corps of Engineers locations within NAD/MSC boundaries. The NAICS code is 541330. This IDC is unrestricted and open to all A-E firms. One (1) A-E firm will be selected from this announcement. The number-one-ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The selected A-E firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-based application that can be accessed via the internet website, http://cpars.navy.mil/. The length of the contract is a maximum of 60 months for the basic contract with no option periods. The total capacity of the contract is $12,000,000 (EFARS 36.601-3-90(b)). Task Orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders. The estimated totals are unapproved planning numbers only and do not constitute an obligation on behalf of the government. The minimum guarantee is $25,000 (EFARS 36.601-3-90(b)). Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. It is the intent of the New York District to not have a hollow contract. September 2010 is the approximate award date of the contract. 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, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract will provide architect and engineering services primarily for flood risk management efforts for the Mamaroneck/Sheldrake Flood Risk Management General Re-evaluation Report (GRR). At a minimum, the potential flood damage reduction measures that may be examined in the reevaluation report include channel modification, levees, floodwalls, diversion, as well as non-structural measures and the no action alternative. Solutions may include, but will not be limited to: variations of the recommended plans components i.e. channel work, diversion tunnel, levees and floodwalls. Non-structural measures such as buyouts and preservation and/or creation of open space in the floodplain will also be reconsidered in light of changes to existing conditions and changes to environmental policy. Ultimately, the final GRR will detail the optimal plan for flood risk management in the Mamaroneck and Sheldrake Rivers Basin. The reevaluation report will serve to document the re-evaluation of the recommended plan, (including any adjustments or variations of said plan) and provide a basis for a decision on construction authorization of the project (if needed) and serve as the decision document for signature of a Project Partnership Agreement. This work is within the New York District boundaries. This contract will provide integrated architect and engineering services, including, but not limited to, structural flood damage reduction alternative analysis and design; non-structural flood damage reduction alternative analysis and design, including buyouts; open channel hydraulic analysis and design for channels, flood walls, and levees, closed conduit and other hydraulic structures; flood damage and benefit analysis, including hydrodynamic analysis of fluvial and interior drainage systems; hydrodynamic modeling; geotechnical, structural, and hydrologic engineering, including tunneling design; civil layouts; plan formulation and project development; hydrographic surveys and mapping (the actual surveying and the interpretation and integration of topographic/bathymetric surveys,); aerial photography; environmental assessment; cultural resources assessment; GIS data; cost inventory preparation; cost estimating and cost and schedule risk analyses; public affairs; and incremental cost analyses for the preparation of a feasibility report and related National Environmental Policy Act (NEPA) documents. Other tasks may include the study of estuarine or riverine ecology; ecosystem restoration design; habitat design; habitat evaluation; and environmental analysis and assessments as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing and investigations in support of Section 106 of the National Historic Preservation Act of 1966, as amended. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E, inclusive, are primary. Criteria F through H are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection Criteria: A.Specialized Experience and Technical Competence -- (1) Specialized experience and technical competence in the type of work required, as described in Project Information above. Special qualifications include, but are not limited to: capability and experience with specialized computer programs such as MII (MCACES) for development of cost estimates, Crystal Ball for Cost Risk and Schedule Analysis, SpecsIntact, MicroStation CAD, and Arc View; water resources planning, formulation and evaluation; engineering investigations, environmental inventorying, design and monitoring of estuarine habitat, environmental testing and analysis; reproduction of studies and reports; and aerial photography. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. Contractors must demonstrate in their submittal their plan for successful quality assurance and integration of all disciplines to ensure a quality product. (2) Demonstrated ability to produce quality Flood Risk Management Reports. Evaluation will be based on the firm's quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors, and quality control procedures. The basis for the evaluation will be the information in Section H of SF 330. The disciplines involved are the following: structural flood damage reduction alternative analysis and design; non-structural flood damage reduction alternative analysis and design, including buyouts; open channel hydraulic analysis and design; other flood damage and benefit analysis, including hydrodynamic analysis of fluvial and interior drainage systems; hydrodynamic modeling; hydraulic/hydrologic engineering; hydrographic surveys and mapping (the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological, and cultural resources surveys); aerial photography; GIS data; study of estuarine ecology; ecosystem restoration design; habitat evaluation; cultural resources assessment; and environmental analysis and assessments as related and required for all phases of alternatives evaluation. Other tasks may include civil design/structural engineering (especially as related to design of habitat); geotechnical engineering; geotechnical work; project design and implementation, plan formulation, economic analyses, and report preparation; prepare cost estimating; and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement that integrates HTRW assessments and chemical and physical soil borings and sediment testing, and investigations in support of Section 106 of the National Historic Preservation Act of 1966, as amended. (3) Experience in watershed planning reflecting a systematic and comprehensive approach (incorporating multiple purposes and objectives, recognizing the dynamic nature of the economy and the environment and variability of other social effects over time) for the purpose of water resources problem solving and decision making. (4) Experience in the management of Flood Risk Management Design and Construction Projects in the $100 million range. B.Professional Qualifications -- Professional qualifications necessary to satisfactorily perform the required services. Key disciplines include but are not limited to the following: (1) Project Manager (resume required) (2) Structural Engineer (resume required) (3) Civil Engineer (resume required) (4) Mechanical Engineer (resume required) (5) Electrical Engineer (resume required) (6) Hydraulic/Hydrologic Engineer (resume required) (7) Cost Engineer with MII and Crystal Ball cost estimate/cost risk analysis experience (resume required) (8) Geotechnical Engineer (resume required) (9) Land/Hydrographic Surveyor (resume required) (10) Biologist (resume required) (11) Ecologist/Environmental Scientist (resume required) (12) Geologist/Hydrogeologist (resume required) (13) Environmental Engineer (resume required) (14) Soil Scientist (resume required) (15) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (resume required) (16) Environmental Assessment Specialist (resume required) (17) HTRW Assessment Specialist (resume required) (18) Habitat Assessment Specialist (resume required) (19) Real Estate Assessment Specialist (20) Technical Writer (21) Planner (22) Economist with experience in performing cost/benefit analysis on civil works projects, especially on flood risk management projects and fluvial flood damage reduction projects (resume required) (23)Principal Investigator/Archaeologist (resume required) (24)Historian (resume required) (25)Historic/Prehistoric Archaeologists (resume required) (26)Architectural Historian (resume required) (27) Public Relations Specialist The Principal Investigator/Archaeologist, Historian, Historic/Prehistoric Archaeologists and Architectural Historian must meet or exceed the standard qualifications identified by the National Park Service. The contractor should be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures, and with the general geographical area, especially with the boundaries of the New York District. Evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of SF 330. Supervisory and/or key personnel should have Professional Engineer (P.E.), Professional Geologist (P.G.) and Professional Land Surveyor (P.L.S.) licensure, and Project Management Professional (P.M.P.) and Cost Estimating certification. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in New York State. New York State has rigorous licensing requirements. C.Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. References and letters of recommendation from customers addressing your firms cost control, quality of work, and schedule compliance capabilities may be included in Section H of SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years to be considered. D.Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: civil engineering, hydrologic engineering, hydraulic engineering, structural engineering, geotechnical engineering, economics, and cost estimators. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. E.Knowledge of local conditions within NY District Boundaries, specifically local construction methods and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of SF 330. The more New York District boundary projects listed, the higher the rating. Secondary Selection Criteria: F. Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. Corps of Engineers current small business subcontracting goals are: Small Business 70%, Small Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran-Owned Small Business 3.5%, Service Disabled Veteran Owned Small Business 2.0%. Produce letter of commitments to each small business subcontractor. The prime firm shall submit SF 294's and SF 295's for federal contracts performed within the last three years. For Small Business References, please contact Gregory Cuyjet, Deputy Small Business at 917-790-8004 or gregory.g.cuyjet@usace.army.mil G. Location of the firm in the general geographical area of New York District boundaries. H.Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses (SB) and service-disabled businesses (SDB). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of SF 330 Part I and three (3) copies of SF 330 Part II for the prime firm and all consultants to the address below not later than the response date indicated above. Solicitation packages are not provided. This is not a request for proposal. The SF 330 can be found on the following GSA website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6. The forms can be downloaded into a pfd file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF 330 and include the prime firms ACASS number in Block H. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to ninety (90) pages. Section E is limited to forty (40) pages (limit one page per resume). Each page shall be numbered. Supplemental information on the SF 330 is posted on USACEs New York District website: http://www.nan.usace.army.mil. Submit three (3) copies of the completed SF 330 to: Attn: Mr. Stephen DiBari, P.E. CENAN-EN-M, Room 2037 U.S. Army Corps of Engineers 26 Federal Plaza New York, NY 10278-0090 Submittals will not be accepted after 4:00 p.m. on the original response date shown in the advertisement on the FedBizOpps website. Facsimile transmissions of the SF 330 or electronic copies will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building if delivering the proposal in person or by courier.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-AE-0001/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02063724-W 20100213/100211235147-8403a93c0a3af33c19de8e5e77585744 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |