Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOLICITATION NOTICE

C -- Indefinite Delivery Contract IDC C-207 for General Architect-Engineering (A-E) Services, primarily within New York District's boundaries and other Corps of Engineers locations within NAD/MSC boundaries

Notice Date
1/21/2011
 
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-11-AE-0001
 
Response Due
2/22/2011
 
Archive Date
4/23/2011
 
Point of Contact
Matthew Guilday, (917)790-8081
 
E-Mail Address
USACE District, New York
(matthew.guilday@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Indefinite Delivery Contract IDC C-207 for General Architect-Engineering (A-E) Services, primarily within New York District's boundaries and other Corps of Engineers locations within NAD/MSC boundaries 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The purpose of this Indefinite Delivery Order Contract (IDC) is to secure various engineering and Ecosystem Restoration services in support of civil works activities both within and outside the New York District boundaries. This IDC is restricted to A-E firms that are classified as "small business". 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 basic contract is five (5) years. The total capacity of the basic contract will not exceed $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 and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued. The contract minimum guaranteed amount is the amount for the first task order (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th and 5th calendar years of the contract. It is the intent of the New York District to not have a "hollow" contract. The selected small business A-E firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In order to be awarded a small business contract, the concern must agree that in the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract the concern must agree that in the case of a contract for services (except construction), the SDVOSB spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of another SDVOSB. In accordance with FAR 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-Engineer Services). (Aug 1998), the following applies: "Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants". If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: Required information for substitutions necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. May 2011 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 employee's 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: The work will consist of performing comprehensive Architectural and Engineer (AE) services such as: Surveying, Design, Engineering, Investigative services for primarily, but not limited to, Ecosystem Restoration projects in support of the Civil Works Program. Architectural and Engineering services will include all disciplines but not be limited to Hydraulic, Hydrological, Environmental, Civil / Site Development, Structural, Geotechnical, Mechanical, Electrical, for ecosystem restoration, as well as for levees, dams and other flood risk management, navigation, hurricane protection, and shoreline protection projects. These engineering services will include all aspects of design, analysis, research, preparation and finalization of engineering reports and designs, contract drawings and specifications, rehabilitation of infrastructure and include dam safety, levee safety and certification using the latest criteria from USACE, FEMA and other federal and state agencies as required. Services will include obtaining all local, state and federal permits and approvals for planning, construction or development, all site and environmental permits, and approvals from federal and local agencies such as the New Jersey Department of Environmental Protection, New York Department of Environmental Conservation, etc. The range of Survey services may include topographic, hydrographic, aerial and remote sensing (including photographic and LIDAR), geodetic, and cadastral surveys, as well as the capture of both topgraphic and cultural features from enhanced and non-enhanced photography, satellite imagery, or other remotely sensed data, utility investigation, monumental, development of GIS data and data bases, preparation survey plats and legal descriptions including the associated research effort, preparation of drawings and computation of volume quantities for various project areas within the North Atlantic Division boundaries. Map products may include, but not be limited to tract, topographic, land use, and thematic maps. Investigative services may include initial, routine, and in-depth, damage and underwater inspection services related to bridges, dams, locks, levees and other infrastructure and large hydraulic assets. Ecosystems Restoration services may include design and modeling associated with stream, wetland and other ecosystem restoration projects, to include the ability to apply hydrology/hydraulics, and sediment transport with stream morphology knowledge, and the ability to apply knowledge of coastal and estuarine processes to the design of functional tidal wetland and other coastal/estuarine ecosystem projects. Services may also include Rosgen stream inventory and assessment methodology (Level 1-IV). Cost estimating services shall include the development of estimates which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase, and address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or rules of thumb. All provided services will be in accordance with appropriate Army and Engineering regulations and guidance documents. The contract will also provide for the preparation of a variety of reports and feasibility level documents, including feasibility reports (contains engineering calculations, conceptual plans, conceptual alternatives, geotechnical studies, feasibility level cost estimates, etc.), either an Environmental Assessment or Environmental Impact Statement that integrate HTRW assessments. The contract will also provide for preparation of a variety of reports and preconstruction engineering and design level documents. This may include design documentation reports, engineering design reports, and all associated appendices. Additional work may include: 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 systems; Hydrodynamic modeling; Hydraulic/hydrologic engineering; Cultural resources assessment; Geotechnical engineering; Coastal engineering; GIS data; Cost estimating(including MCACES MII); and Incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. 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 and G 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 to use specialized computer programs such as HEC RAS/GeoRAS, HMS/GeoHMS, MII, Microstation, Arc View, SpecsIntact, and Dr. Checks; 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. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. (2) Demonstrated ability to produce quality designs. Evaluation will be based on the firm's analysis and design 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. (3) Experience in ecosystem restoration reflecting a systematic and comprehensive approach (incorporating multiple purposes and objectives, recognizing the dynamic nature of the economy, the environment and variability of other social effects over time) for the purpose of problem solving and decision making related to ecosystem issues. 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) Geotechnical Engineer (resume required) (5) Land Surveyor (resume required) (6) Biologist (resume required) (7) Ecologist/Environmental Scientist (resume required) (8) Geologist/Hydrogeologist (resume required) (9) Environmental Engineer (resume required) (10) Soil Scientist (resume required) (11) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (resume required) (12) Environmental Assessment Specialist (resume required) (13) HTRW Assessment Specialist (resume required) (14) Habitat Assessment Specialist (resume required) (15) Mechanical Engineer (resume required) (16) Electrical Engineer (resume required) (17) Hydraulic/Hydrologic Engineer (resume required) (18) Coastal Engineer with experience in coastal processes analysis and coastal structures, such as, bulkheads, jetties, groins, and shore protection; and beach designs (resume required) (19) Cost Engineer with ability to produce MII cost estimates (resume required) (20) Real Estate Assessment Specialist (resume required) (21) Economist with experience in performing cost/benefit analysis on civil works projects, especially on ecosystem restoration (resume required) 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 must have a Professional Engineer (P.E.) License, Project Management Professional (P.M.P.), Registered Architect (R.A.), American Institute of Architects (A.I.A.) or Professional Land Surveyor (P.L.S.) certification in New York, New Jersey, Vermont, and/or Massachusetts. Projects designed under this contract may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. 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 firm's 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: ecology, environmental engineering, civil engineering, economics, biology, 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 New York and New Jersey, specifically regarding climatic conditions and cold weather design (key disciplines: civil engineer); local construction methods (key disciplines: civil engineer, economist); ecology (key disciplines: civil engineer, ecologist, environmental engineer, biologist); 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 and New Jersey projects listed, the higher the rating. Secondary Selection Criteria: F. Participation in the Small Business (SB) and Small Disadvantaged Business (SDB) programs. The extent of participation of SB or SDB will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB or SDB is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration G. Geographic proximity: 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 on the SF 330. 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. Each page shall be numbered. Supplemental information on the SF 330 is posted on USACE's New York District website: http://www.nan.usace.army.mil. Submit three (3) completed SF 330's 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 Submittals will not be accepted after 4:00 p.m. on the original response date (22 February 2011) shown in the advertisement on the FedBizOpps website. Facsimile transmissions of the SF 330 or electronic copies will not be submitted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. 2. Should have any questions regarding this announcement, please contact Daniel Liu at 917-790-8345.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-AE-0001/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02364056-W 20110123/110121233750-d7c043d88c8799224b8e82f4ab772fd4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.