MODIFICATION
C -- ARCHITECT-ENGINEERING AND DRAFTING SERVICES ON MISCELLANEOUS CONSTRUCTION GENERAL AND O&M PROJECTS FOR THE USACE WALLA WALLA, WASHINGTON DISTRICT
- Notice Date
- 3/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-10-R-0030
- Response Due
- 5/1/2010
- Archive Date
- 6/30/2010
- Point of Contact
- Brian K Wing, Phone: 509-527-7206
- E-Mail Address
-
brian.k.wing@usace.army.mil
(brian.k.wing@usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- 1. CONTRACT INFORMATION: This notice is for (1); up to three Large Business (LB) contracts not to exceed $10 million for the life of each contract (consisting of a base-year, with 4 option-years), and (2); up to three small business (SB) contracts, not to exceed $5 million for the life of each contract, (consisting of a base-period, with up to 4 option periods). A-E contracts are required to provide professional architect-engineer and drafting services to include electrical, mechanical, structural, civil and hydraulic and hydrologic engineering disciplines for preparation of plans and specifications and/or other engineering documents for various civil works projects primarily within the Northwestern Division boundaries, however, work can be assigned to any Corps of Engineers District - CONUS, including Alaska and Hawaii. A firm-fixed-price contract will be negotiated. This announcement is open to all businesses regardless of size. Large businesses selected for this contract must comply with FAR 52.219.9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Selection for award is a two stage process. Stage I: Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Only firms considered most highly qualified will be selected for further consideration under Stage II. No firm will receive more than one award. Contracts awarded will not exceed a term of five (5) years. Rates will be negotiated for the base-period and each option period of the contract, prior to award of the contract. Work under this contract shall be subject to satisfactory negotiation of individual task orders. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested A-E firms are reminded that, (if not a small business) in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. The subcontracting goals for contract are: (1) at least 32.0% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 18.0% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 5.8% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3.0% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; and (5) at least 10.0% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm(s) selected for negotiations. The small business size standard is average annual receipts for its preceding 3 fiscal years must not exceed $4.5 million. The NAICS code is 541330. 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. 2. PROJECT INFORMATION: The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, materials, supplies, and equipment required for professional architect-engineering services as defined in the contract and as specified by individual delivery orders. The scope of professional services will require experience and technical knowledge to include but not limited to: a. Structural: Engineering, design, and preparation of plans and specifications for civil works structures and complex structural steel items; design and analysis of concrete dams, powerhouses, spillways and stilling basins, reservoir outlet works; bridges; pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses, and fish passage, collection, and monitoring structures and facilities. Structural analyses and inspection of unique civil works features; such as hydraulic steel structures, bridges, tunnels and other project appurtenant features. b. Mechanical: Engineering, design, and preparation of plans and specifications for cranes, hoists, and other machine design items; HVAC systems; piping, plumbing, and sewage systems, gating (high head and other), operators (motors, gearing and wheels), hydraulic and air systems, water supply and pumps and screening systems related to civil works and fish passage systems. c. Electrical: Engineering, design, and preparation of plans and specifications for aerial and underground power distribution, motor controls and control centers, interior and exterior lighting, telephone systems, CCTV systems, and automated control systems using PLCs and PC-based platforms. d. Civil: Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearing and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine and campground type recreation facilities, levees, river bank protection, and land surveying. e. Hydraulic and Hydrologic: The analyses and design for high head dam regulating outlet facilities; spillways and stilling basins; outlet valves and gates; existing and new adult and juvenile migrant fish facilities; navigation channels and facilities. Computational fluid dynamic (CFD) modeling including one, two and three dimensional numerical modeling for steady and unsteady flow including temperature and water quality parameters. Capability for data archiving of CFD modeling for later use. Hydraulic physical modeling capability; and prototype testing. Expertise with fisheries design and criteria. The analysis and design of both open channel and pressure conduit flow systems. Capability to perform hydrologic, open channel hydraulics, sedimentation, and water quality studies and collect and analyze quality samples. f. Geotechnical: Geologic and soils mapping; soils engineering; engineering geology; insitu material testing; surface and subsurface soil and rock sampling for lab testing; instrumentation plans and designs for the installation, monitoring, and analysis of a variety of civil works structures including but not limited to embankment dams, concrete dams, powerhouses, marine structures, and foundations in soils and rock; groundwater investigation; slope stability studies; shallow and deep foundation explorations, investigations and designs; excavation and embankment design and slope stability studies; slope protection and retaining structures; underground openings including tunnels in soils and rock; water well investigations; seismic analyses; and geotechnical reports and specification writing. g. Construction Cost Estimators (Large business only). Evaluation of the proposed Cost Estimators experience using MII (MCACES 2nd Generation) software and construction scheduling will include: (1) Evaluation of a sample MII estimate prepared by the proposed cost estimator. The sample estimate provided should include crew designations; outputs; backup for crews, labor, and equipment; material and subcontractor quotes; and details on mob/demob and job office overhead. (2) Evaluation of the proposed cost estimators background in construction (preferably with a civil works emphasis). h. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide those drawings to the district in electronic format. All new drawings shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards. The A-Es CADD system shall be compatible with MicroStation (Bentley Microsystems) design file format version 8 or greater. Ability to prepare complete detailed construction drawings and specifications using Government guide specifications format shall be required. i. SPECSINTACT COMPLIANCE: Specifications shall conform to the format and content requirements of the Walla Walla District. The selected firm must be able to produce technical specifications in SpecsIntact format. The SpecsIntact software can be downloaded from the following web page: http://specsintact.ksc.nasa.gov. Informal training for SpecIntact may be obtained from the Walla Walla District. Technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) and the locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.ccb.org/docs/ufgshome/UFGSToc.htm. j. GEOGRAPHIC INFORMATION SYSTEMS (GIS) COMPLIANCE: The selected firm must be able to produce GIS data that meets Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE) or other customer specified standards. SDSFIE specifications and tools can be found at, http://www.sdsfie.org/. GIS deliverables must be fully compatible with the Walla Walla District's Enterprise GIS (eGIS) Systems which utilize Environmental Systems Research Institute (ESRI) formats. All geospatial data must be documented through the preparation of standard metadata descriptions. The Contractor shall ensure the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP-001-1998. A free copy of this standard is available at: http://www.fgdc.gov/standards/projects/FGDC-standards-projects/metadata/base-metadata/v2_0698.pdf. Metadata must also be compatible with ESRI software. k. Additionally, A-E services provided under this contract will comply with, but are not limited to, any or all of the following: (a) Resource Conservation and Recovery Act (RCRA); Clean Air Act (CAA); Safe Drinking Water Act (SDWA); Clean Water Act (CWA); Toxic Substances Control Act (TSCA); Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); National Environmental Policy Act (NEPA); Energy Policy Act 2005; compliance; pollution prevention; conservation; restoration; Department of Defense Instruction; Executive Orders; policy, guidance, programmatic and operational program execution strategy; planning; permitting and technical support; environmental management systems; information technology tool refinement, customization, population and implementation; environmental training strategy and awareness; water compliance and reuse plans; vulnerability assessments; compliance assessments; facility audits; environmental baseline surveys; DoD Services; audits and assessments; planning studies and evaluations; geographic information system support; compliance monitoring, recordkeeping and reporting. Additional projects may include range and training program support, solid waste, RCRA evaluations, and management plans; DoD awards development; sustainability program initiatives and planning; ozone depleting substance (ODS) evaluations and elimination plans; energy studies and audits; facility evaluations and audits; Leadership in Energy and Environmental Design (LEED) technical support and building commissioning; programmatic support of installation restoration and munitions response compliance cleanup programs; greenhouse gas initiatives; air quality monitoring, testing and permitting; air dispersion modeling; asbestos and lead-based paint sampling and report preparation; and real estate site assessments. DoD Safety and Environmental Regulations and Guidance, other Department of Defense regulations and Executive Orders including but not limited to: (a) remedial investigations and feasibility studies; treatability studies; pilot studies; remedial designs; risk assessments; sampling and analyses; data validation; electronic data management; geotechnical investigations; monitoring well installation; groundwater modeling; groundwater and surface water quality assessments; water reuse initiatives; vapor intrusion monitoring, assessment and modeling. (b) Design and technical services relating to water treatment plant, both potable and industrial; wastewater treatment plants, domestic and industrial; pumping and piping systems, both pressure and gravity flows; hydraulic modeling. 3. SELECTION CRITERIA: The selection criterion is listed below in descending order of importance. Criteria A-E are primary. Criteria F and G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional qualifications, necessary for satisfactory performance of required services. B. Specialized experience and technical competence in any of the areas of work discussed in Section 2 (above) of this announcement. Large Business firms need to address sections 2a 2j. Small Business firms need to address sections 2a- 2j with the exception of section 2g. Section 2k does not need to be specifically addressed. C. Capacity to accomplish the work. See the Additional Information section below for specifics. D. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Included considerations will be evaluations based on established ACASS ratings and other credible documentation included in the SF 330. E. Geographic proximity and knowledge of the locality. Demonstrated knowledge of the Snake and Columbia River basin and tributaries. Capability of quick turn around to and from Walla Walla. F. For LBs, Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. Volume of Department of Defense (DOD) contract awards in the last 12 months. This is with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. Additional Information: Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline. For block 13, ROLE IN THIS CONTRACT, under PART I, Section E, firms must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The evaluation will consider the education, training, registration, overall experience, relevant experience, and longevity with the firm with respect to the proposed key disciplines. As well, the evaluation will consider the firms recent (within 5 years of the solicitation issuance date) business history with proposed subcontractors. Capacity to Accomplish the Work: For Large Business, firms shall demonstrate the capacity to accomplish at least four (4) $500,000 individual task orders simultaneously. If acceptable packages are received from a woman-owned, SDVOSB, 8(a), HUBZONE firms, or other designated small business categories, the firm shall demonstrate the capacity to accomplish at least two (2) $250,000 individual task orders simultaneously. 4. SUBMISSION REQUIREMENTS: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit two (2) copies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all consultants. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Stage I. Following an evaluation of the qualifications and performance data submitted, three or more firms for each business category group(i.e., large-business group and small business group) that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Stage II. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. The SF 330 for architect-engineer qualifications package should be submitted not later than the close of business on April 23, 2010. SF330s shall be sent to: USACE, Walla Walla District, 201 North Third Avenue, Walla Walla, WA 99362-1876, Attn: Brian Wing. Facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notification will be made. Reference W912EF-10-R-0030 in your submission package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-10-R-0030/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN02105703-W 20100331/100329235254-a2148fd9b841676b98be923a17c3a686 (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 |