Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT-ENGINEERING (A-E) SERVICES FOR HYDRAULICS AND HYDROLOGY, GEOMORPHOLOGY, COASTAL AND WETLANDS ENGINEERING SERVICES TO SUPPORT DISTRICT PROJECTS (PRIMARY). MAY INCLUDE CONSTRUCTION PHASE SERVICES FOR DISTRICT

Notice Date
3/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-16-R-0004
 
Archive Date
5/3/2016
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, Shirley A. Turnbo, Phone: 415-503-6987
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description A. CONTRACT INFORMATION This contract(s) is being procured in accordance with the Brooks A-E Act (Public Law [P.L.] - 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. These services will be for used primarily within the Corps of Engineers San Francisco District and secondarily for Districts within the South Pacific Division, military and civil boundaries, as determined by the Contracting Officer. Projects will primarily be within the San Francisco District boundaries. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which can include CA, NV, UT and AZ and portions of OR, ID, CO and WY. This work will include services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. The required services are summarized as follows: 1. Design for new construction and modifications of projects for District programs and projects. 2. Planning analysis and design for new Civil Works projects and modification of existing Civil Works projects. 3. Analysis and design for new District planning projects. The intent is to award up to two (2) A-E Single Award Task Order Contracts (SATOCs), with an estimated overall capacity of nine million nine hundred thousand dollars ($9.9M); ($4.95 million each) under a single solicitation. Each contract will have a guaranteed minimum amount of $2,500.00 for each of the awarded SATOCs. The period of performance for each SATOC shall include one 36-month base period and one 24-month option period, for an overall performance period of five years. If two contracts cannot be awarded, then the total capacity of $9.9M will be rolled into one contract if sufficient qualified firms are available. North American Industrial Classification System (NAICS) code is 541330, which has a small business size standard of $15,000,000 in average annual receipts. These contracts are set-aside for small businesses only. This announcement is a total Small Business (SB) set aside, which includes Small Disadvantaged Businesses, Section 8(a) Firms, HUBZone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, and Historically Black Colleges or Universities/Minority Institutions. The contracts are anticipated to be awarded on or about July 2016. Solicitation period at minimum will be thirty (30) calendar days from the posting date. For Small Business entities, the total amount of A-E Services that can be provided for military construction work (MILCON) on this contract shall be no more than $400,000 in compliance with DFARS 219.502-1. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all military or critical infrastructure projects; for other tasks, determination will be made per individual task order. For requirements, see attached form ENG FORM 6055, June 2015. Contract Type: Firm Fixed Price Contract (FFP). Work will be issued by negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. Rates will be negotiated for each 12-month period of the contract. The anticipated award for this IDC is July 2016. If the option is exercised, the contract will end July 2021. The contract will have a one 36-month base period and one 24-month option period. A Minimum Guarantee amount of $2,500 will apply to the first year of the base contract only. The option may be exercised at the discretion of the Government. The option may be exercised early if the total estimated value for the 3 year base contract period is exhausted or nearly exhausted. It will be stated in the contracts that notwithstanding the early exercise of the option the rates to be used for the option periods (if exercised early) shall be the rates that would have been in effect had the options not been exercised early, i.e., if the option is exercised two months prior to the end of the base contract performance period, the base year rates will be in effect for the first two months of the option period. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State-Level certifications shall be accepted. The Service Contract Act (SCA) (for reference see FAR 22.10) will apply to this acquisition. B. 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 (A-E) services as defined in the contract and as specified by individual task orders. All work shall be accomplished in full compliance with all applicable federal, state and local laws and regulations as well as with established Corps of Engineers manuals, policies, standards and practices, and other professional standards and practices as necessitated by project conditions or task order requirements. Examples of applicable Corps requirements include Engineer Regulation ER-1110-2-1150, the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards, ERDC/ITL TR-12-1, CAD Drafting Standard, and Engineering and Construction Bulletin (ECB) No. 2012-22, Unified Facilities Guide Specifications (UFGS), and Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). The preferred modeling software to be used on Corps projects are Corps developed software (such as ADH (2D and 3D), CMS, STWAVE, ADCIRC, HEC-HMS, HEC-RAS, FLO-2D and others). Required services may also include, but are not limited to: quality control (QC) and/or quality assurance (QA) reviews of drawings, specifications, cost estimates and design analyses documents that are prepared by Government sources or other A-E firms. Services are required for hydraulic and hydrologic engineering, coastal and wetland engineering, geomorphic analyses and design, dredging, port and waterfront design to support District projects. This work will include all A-E and related services necessary to: perform coastal, hydrologic and hydraulic analyses and studies, including numerical and physical hydraulic modelling and analyses for riverine, estuarine and coastal systems; conduct geomorphic analyses and channel design, channel erosion and sediment engineering; perform flood plain analyses; and develop hydraulic designs. Types of task order submittals may include, but are not limited to: inspection and condition assessment reports; feasibility level engineering alternatives analyses and basis of repair/design reports; design documentation reports; engineering calculations; engineering plans and specifications; construction cost estimates; 1D, 2D or 3D hydrodynamic analysis including water quality and sedimentation; analyses to support water management including reservoir and water quality modeling; and technical and literature research and reviews. Study services could include environmental, ecological, environmental compliance, cultural, economic, water resources planning, and public involvement. Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. Task Order proposals will be evaluated based on the level of effort for the scope of services developed for individual projects. In addition, the selected firm could be directed to provide supplemental technical and professional services in support of SPN's normal and emergency activities. Additional information about scope of design, investigations and studies is summarized below. The summary may not represent all types of tasks that may be requested. 1. Hydrologic Studies. Use hydrologic techniques to evaluate such items as the rainfall-runoff characteristics of watersheds to include frequency analyses of stream flow data, precipitation-runoff simulation of storm events, stream flow and reservoir routing, flood routing, rainfall-runoff modeling, water management, probable maximum flood and probable maximum precipitation determination, steady and unsteady hydraulic modeling, 2-dimensional floodplain modeling, dam break studies, flood risk reduction studies, risk and uncertainty analyses, and evaluation of levee and flood risk reduction channel performance. Watershed studies may also utilize an integrated modeling approach using HEC-WAT as the modeling platform. 2. Riverine Hydraulic Analyses. Analyse flow conditions in natural and modified streams to develop water surface profiles and to identify factors which affect flow conditions which may include sediment transport (i.e. scour and deposition) in channels and reservoirs. 3. Environmental and Ecological Modelling and Analysis. Assess Total Maximum Daily Load (TMDL) and other environmental compliance requirements, and support environmental analyses of watersheds and associated river systems. Develop environmental flow information and analyses to assess environmental window restrictions for construction and dredge permitting. 4. Sedimentation Engineering and Geomorphic Analyses. Conduct sediment engineering and geomorphic analyses including, but not limited to: watershed sediment yield studies; development of sediment budgets; sediment transport analyses; channel stability analyses; geomorphic analyses and assessments; assessment of present, future and with project conditions; stream-bank stabilization design; stream diversion structure design; pollution removal and restoration, and dam removal and controlled release of water. 5. Flood Plains. Delineate flood plains for various hypothetical and historic floods, including residual flood plains, which depict "post project" conditions. 6. Hydraulic Design. Design structures including, but not limited to: open channels, leveed channels, floodwalls, culverts, and other miscellaneous civil design works. The design of dam and reservoir structures, such as outlet works, control gates, and spillways could also be required, as well as risk based analyses associated with determining the hydraulic reliability of flood damage reduction facilities. 7. Water Supply and/or Flood Control Storage Requirements. Conduct studies including, but not limited to: determining water supply and flood control storage requirements; and investigation of existing or planned flood control and water supply reservoirs or reservoir systems to optimise the operation of the reservoirs or to determine the environmental (e.g. water quality) effects of the reservoirs. 8. Coastal and Estuarine Engineering Analyses. Perform coastal and estuarine engineering analyses and reports including such analyses as: tidal circulation, currents, and sediment transport analyses; navigation, and environmental/wetlands restoration projects; sediment budgets; estuarine and coastal flood hazards; shallow and deep draft navigation channel design; navigation channel shoaling analysis; site evaluation of beneficial use and near shore placement of dredged material; and assessment of dredging needs. Other work may include tidal data analysis, wind buoy data, and associated statistical analysis necessary to develop wave climates, probabilistic wind data and wave data to support designs, and application of sea level change. 9. Dredging Design. Perform design work to maintain existing shipping channels; deepen existing channels, and to generate upland dredge material disposal sites to accommodate dredge material placement. Provide design and engineering support for various types of maintenance dredges, dredging discharge systems, and considerations associated with upland disposal. Dredge planning work for channel deepening feasibility studies to include all required aspects including disposal site identification, mitigation procedures to mitigate dredging, and disposal impacts on wildlife and vegetation. 10. Cost Engineering. Prepare cost estimates in accordance with the task order project description. Planning studies must use a method that will establish reasonable supportable costs for comparison of alternate designs. Use MCACES (MII) to develop cost estimates for plans and specifications. C. SELECTION CRITERIA The selection criteria for this solicitation are listed below in descending order of importance. Criteria (1) and (2) are considered most important and of equal importance; Criteria (3), (4) and (5) are of lesser importance and listed in descending order of importance. Criteria (6) and (7) are secondary equally weighted criteria and will only be used as tie-breakers among firms ranked technically equal using the primary criteria. Primary Selection Criteria: 1. Specialized experience and technical competence Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): Section F will provide examples of not more than 10 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in: the areas listed above in section B, PROJECT INFORMATION; as outlined below; and of the prime firm and significant subcontractors in working together. Project examples submitted should be of completed projects (i.e. completed design). All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F). Prime Contractors that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors' experience. However, projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Demonstrated experience and competency to complete: a. Hydrologic Studies: Hydrologic analyses to evaluate rainfall runoff characteristics of watersheds. b. Riverine Hydraulic Analyses: Hydrologic and hydraulic modeling for riverine environments. c. Environmental and Ecological Modelling and Analysis: Environmental compliance and environmental analyses of watersheds and associated river systems. d. Sedimentation Engineering and Geomorphic Analyses: Geomorphic and sediment transport analyses. e. Flood Plains: Analyses and delineation of floodplains for existing (without-project) condition and residual floodplains for with project conditions. f. Hydraulic Design: Open channel flow design for subcritical, supercritical and mixed flow regimes; design of structures including, but not limited to levees, floodwalls, culverts, energy dissipaters, weirs, interior drainage facilities, conduits, and bank protection. g. Water Supply and/or Flood Control Storage Requirements: Flood forecasting and reservoir operations studies. h. Coastal and Estuarine Engineering Analyses: Estuarine and coastal flood hazards; coastal structure design; wind hind casting and propagation, shoreline change and geometric models for storm-induced beach profiles changes; wave run-up and diffraction, and tidal analysis. Ability to develop 3D hydrodynamic models to assess baroclinic transport patterns in the San Francisco Bay and delta. i. Dredging Design: Design and support for various types of maintenance dredges; dredging discharge systems; and considerations associated with beneficial reuse of dredged material. j. Cost Engineering: Prepare MII estimates using MCACES (MII) software, and construction schedules. Bulletin System (CBBS) and the Rechecks review comment 2. Professional qualifications. Firms shall demonstrate personnel qualifications and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, professional registrations relevant experience in design of hydrologic and hydraulic engineering projects/studies, and longevity with the firm (three years minimum). Each engineer and manager shall be registered in the United States and have at least five (5) years' experience in the discipline in which he/she will be working. Experience working on applicable flood protection levees, dams and structures projects is desirable and should be identified. (SF 330, Part I, Sections E & G). The evaluation will consider education, training, registration, and overall relevant experience. Resumes of qualified professional personnel who are certified, registered, and highly trained in the following key disciplines shall be provided. If not otherwise noted one resume shall be provided for the following disciplines unless otherwise noted: 1. Project managers (team leaders) (2 at minimum) must be registered Professional Engineer and have at least five (5) years of experience in project management of civil engineering projects. Experience working on USACE projects is desirable. 2. Hydraulic engineer with experience in hydraulic design of flood control channels, stream bank protection, levees, floodwalls, and drainage structures, ecosystem restoration, watershed and riverine sedimentation and hydrology. 3. Coastal engineer with experience in design and maintenance of hard and soft coastal structures, sediment management and beach nourishment, and hydrodynamic modeling to support design of a range of coastal and harbor projects. 4. Dredging engineer with experience in all aspects of dredging projects, from the dredging itself, through disposal, migration projects, environmental windows, and compliance. 5. Hydraulic engineer with experience in water management, such as development of water control plans, and analysis to support water management decisions such as reservoir modeling for conservation, flood control and water quality. 6. Hydraulic engineer with experience in riverine, estuarine, tidal and wetland environmental restoration studies, design, monitoring and adaptive management. 7. Sedimentation engineer or Fluvial/Coastal Geomorphologist with experience in engineering and investigations to: support flood risk reduction, navigation and environmental studies and project designs for inland and coastal watersheds and estuaries; and support sediment management decisions, federal and state regulatory compliance, and beneficial re-use of dredged material. 3. Past performance: Past performance on Department of Defense (DoD) and other contracts with respect to the quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules, as determined by CPARS and other sources. Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. Projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. 4. Capacity to accomplish the work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms also must have the ability to provide a minimum number of personnel for inspections, explorations, data collection or similar services. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. Firms shall demonstrate the capacity to accomplish at least two (2) $250,000 individual task orders simultaneously. 5. Knowledge of Locality: Firms must demonstrate familiarity with the San Francisco District and SPD areas, primarily California, by displaying knowledge of local conditions, such as the impact of king tides, and of the permitting requirements of state and local agencies such as BCDC and the RWQCB. This knowledge can be demonstrated by showing projects designed for or constructed in these areas. Secondary Selection Criteria: Secondary selection criteria will only be considered in the event of needing a tie-breaker for ranking based on the primary criteria. Secondary Selection Criteria shall consist of (IAW DFARS 236.602-1): 6. SB and SDB Participation [Defense PGI 236.602-1(a)(6)(C)]. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. The greater the participation, the greater the consideration. 7. Volume of DOD contract awards received in the last 12 months. E. SUBMISSION REQUIREMENTS Interested Architect-Engineer (A-E) firms having the capabilities to perform this work are invited to submit must submit one (1) copy of SF 330 Part I, and one (1) copy of SF 330 Part II for the prime firm and all consultants/subcontractors including related services questionnaire regarding past performance on non-Government projects to ATTN: Roberto Escobedo (CESPN-CT), 1455 Market Street, Cubicle 1742C, San Francisco, CA 94103-1398. The SF 330 shall not exceed 50 single pages (25 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section; no more than (3) three pages 11 x 17 for organization charts, all using 12 font in either Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In addition to all the hard copies of the SF 330s and attachments, ONE (1) additional copy shall be submitted electronically on a CD. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by (3:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. All responsible sources may submit the required SF 330, which shall be considered by the agency. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W912P7-16-R-0004) in your submission package. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement must be in writing and shall be addressed to Mr. Roberto Escobedo via email at Roberto.L.Escobedo@usace.army.mil. All questions must be submitted no later than 1 April 2016 at 2:00 p.m. Pacific Time to allow time for a response. Point of Contact: USACE San Francisco District. Attn: Roberto Escobedo 1455 Market Street Cubical 1742C San Francisco, CA, 94103-1398 Email: Roberto.L.Escobedo@usace.army.mil Office Phone #: 415-503-6949
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-16-R-0004/listing.html)
 
Place of Performance
Address: United States Army Corps of Engineers, San Francisco District, San Francisco, California, 94103, United States
Zip Code: 94103
 
Record
SN04052271-W 20160318/160316235018-c6532a4c0d5394d01678d19f45850e1c (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.