MODIFICATION
C -- A-E Structural and Mechanical Instrumentation, Monitoring and Analysis IDIQ
- Notice Date
- 11/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-16-R-0006
- Archive Date
- 6/30/2016
- Point of Contact
- Elaine Vandiver, Phone: 5095277221
- E-Mail Address
-
elaine.m.vandiver@usace.army.mil
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Contract Information: This contract for A-E Structural and Mechanical Instrumentation, Monitoring and Analysis services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Subpart 36.6. The Walla Walla District intends to award one (1) indefinite delivery contract for Architect-Engineer (A-E) Structural and Mechanical Instrumentation, Monitoring and Analysis services not to exceed $5 million for the life of contract, consisting of a base period of one (1) year and four (4) option periods not to exceed one (1) year each. This announcement is issued on an Unrestricted Basis and is open to all businesses regardless of size. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The contract will consist of performing instrumentation of structures and mechanical equipment, monitoring the instrumentation and analyzing the results. Work will vary in scope and size and will be awarded by individually negotiated firm-fixed-price task orders. A firm fixed price Service/Supply Rate Schedule encompassing disciplines, materials, and equipment for subsequent task orders will be negotiated following the preliminary selection. The small business size standard is $15 million in average annual receipts for the preceding three (3) fiscal years. Large businesses must comply with FAR 52.219-9 for a subcontracting plan on any portion of work to be subcontracted. Walla Walla District subcontracting goals for large businesses are: (1) at least 42.5% of a contractor's intended subcontract amount be placed with small business (SB) firms, (2) that at least 18.0% of a contractor's intended subcontract amount be placed with small disadvantaged business (SDB) firms; (3) at least 5.0% of a contractor's intended subcontract amount be placed with woman owned small business (WOSB) firms; (4) at least 4.5% of a contractor's intended subcontract amount be placed with service disabled veteran-owned small business (SDVOSB) firms; and (5) at least 9.0% of a contractor's intended subcontract amount be placed with historically underutilized business zone Small Business (HUBZone) firms. The subcontracting plan is not required with the initial submittal, but will be required with the contractor's Service/Supply Rate Schedule proposal of the firm selected for negotiations. The wages and benefits of service employees (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. To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. The NAICS code for this acquisition is 541330. 2. PROJECT INFORMATION: Architect-Engineer (A-E) Structural and Mechanical Instrumentation, Monitoring and Analysis services are primarily required for various Walla Walla District civil works projects located within the States of Washington, Oregon, and Idaho; however, this contract may be used to support work for any U.S. Army Corps of Engineers (USACE) District in the Continental United States (CONUS). Services required include the following: a. Install instrumentation on structural gates, such as spillway, tainter, miter, lift, stoplogs, bulkheads and supporting frame members, and mechanical equipment, such as shafts, gear boxes, and bull gears. Instruments will be either temporary or permanently installed. Typical readings to gather include stress, strain, torque, displacements, pressures, positions, rotations, and acceleration; b. Perform monitoring of structural and mechanical instruments. This requires periodic reading of instrumentation data stored in dataloggers; c. Conduct analysis of the test results. Team conducting the analysis must include at least one registered Professional Engineer; d. Individuals installing instruments on structures or mechanical equipment that requires climbing inspections shall be SPRAT Level I qualified. A SPRAT Level III individual must be present for these types of operations and EM 385-1-1, USACE Safety Manual, must be followed at all times; e. Automated data acquisition to receive and process data from more than 50 sensors simultaneously. Gathered data sets must be compatible with and presented in Microsoft Excel. 3. SELECTION CRITERIA: A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, its supplements and Engineer Pamphlet 715-1-7. The criteria for evaluation and selection are listed below in descending order of importance. Criteria A through E are primary. Criteria F through H are secondary and used as 'tie-breakers' for technically equal rated firms; therefore firms should not commingle submission of data related to those criterion with the primary criterion. A. Specialized experience and technical competence in the type of work discussed in Project Information items 2a through 2e for the preceding five (5) years. B. Professional Qualifications: The selected firm must have the professional qualifications necessary for satisfactory performance of required services and relevant experience in the structural and mechanical disciplines for instrumentation, monitoring and analysis listed in the project information. The evaluation will consider education, registration, technical certification, training, and longevity of relevant experience. C. Past performance: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluations will be pulled from Department of Defense (DoD) Past Performance Information Retrieval System (PPIRS) based on the DUNS number for the prime and any subcontractors. D. Capacity to accomplish the work. Demonstrate capacity to accomplish at least two (2) $100,000 individual task orders simultaneously. Additionally, demonstrate capacity of the firm relative to rapid response actions for mobilization and short suspense dates for task completion. E. Demonstrated knowledge of civil works projects, or similar to those, of the Columbia, Lower Snake, and Clearwater Rivers. F. Extent of participation of SB, SDBs, WOSBs, HUBZones, SDVOSBs and historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Indicate the estimated percentage involvement of each SB and SDB firm on the team. G. Geographic Proximity to the primary assignment area of the states of Washington, Oregon and Idaho. H. Volume of Department of Defense (DoD) contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all subcontractors, along with an electronic copy (CD-ROM). The SF 330 should be complete and specifically address the requirements of this announcement. Address all Selection Criteria in descending order of importance, as defined in the Selection Criteria section of this announcement, in SF 330, Section H. Submit completed SF330 to U.S. Army Corps of Engineers, Walla Walla District, Contracting Division, 201 North Third Street, Walla Walla WA 99362-1876, Attn: Elaine Vandiver, not later than the close of business 2:00 PM Pacific Time on Wednesday, January 6, 2016. Solicitation packages are not provided and facsimile or email 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. Only timely SF 330s will be considered. Reference W912EF-16-R-0006 in your submission package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-0006/listing.html)
- Record
- SN03953006-W 20151125/151123234638-ec33cf3d96e60eb7e03e0ac21ba55964 (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 |