SOLICITATION NOTICE
C -- Regional A-E IDIQ - St. Paul District
- Notice Date
- 3/13/2018
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES18R0013
- Archive Date
- 10/15/2018
- Point of Contact
- Kevin P. Henricks, Phone: 6512905414
- E-Mail Address
-
kevin.p.henricks@usace.army.mil
(kevin.p.henricks@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This contract(s) 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. A-E services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide for the primary disciplines of Structural, Civil, Geotechnical, Hydraulic and Hydrologic, Mechanical, and Electrical engineering (each of equal priority); additional disciplines are Architecture, Landscape Architecture, Cost Engineering, Surveying, Cartography, and Specification Writing. It is anticipated that this contracts will be awarded by September 2018. This announcement may result in up to three (3) awards. One contract is reserved for award to a Small Business firm. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of performance; the special qualifications of the firms; the nature of the work involved in the task order; the capacity of the firms to accomplish the work in the required time; and knowledge of the region. In the final selection process, the most highly qualified firms may be interviewed. The North American Industry Classification System (NAICS) code for this action is 541330 and the Small Business size standard is $15 million in average annual receipts. The period for this contract is five (5) years for a total IDIQ value not to exceed $10,000,000 per contract. Work under this contract is subject to satisfactory negotiation of individual task orders. Work will be ordered by firm-fixed price task orders. The District intends to award two (2) IDIQ contracts, and may award one (1) additional contract from this announcement. The SF 330's will be separated into those from large businesses and small businesses. The top ranked firm in each pool of the SF 330 evaluation will be requested to provide a firm fixed price proposal and may be awarded the first contract, if negotiations are completed. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate in order: past performance; the special qualifications of the firms; the nature of the work involved in the task order; the capacity of the firms to accomplish the work in the required time; and knowledge of the region. 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 by the employee's office location (not the location of the work). Rates will be negotiated for the contract period at the time of the original award. 2. PROJECT INFORMATION: A-E services are required for various civil works projects and support for other agencies. The primary A-E service capabilities desired include the following types of projects and related skills and experience: a) Engineering and design support for projects such as locks and dams, channel and harbor projects, rehabilitation of existing lock and dam facilities or the design of new facilities, and design for lock and dam major rehabilitation studies. Rehabilitation work may include the repair and replacement of deteriorated concrete; outdated machinery and electrical systems; lock and dam gates including miter, sector, tainter, vertical lift, slide and roller gates; harbor walls, wharves, general improvement and modernization of the facility, and scour remediation. New facility work includes the design of both in-the-dry and in-the-wet lock chambers along with the appurtenant structural, geotechnical, mechanical, electrical and architectural structures and equipment such as concrete lockwalls and guidewalls, sheet pile cofferdams, earthen cofferdams, miter/lock gates, culvert valves, dam gates, machinery systems (including electromechanical and hydraulic), hardwired (relay based logic) and PLC electrical controls, and control buildings. b) Flood Risk Management projects such as, but not limited to, levee, floodwall, pumping station, and channel projects. Specific projects may include the rehabilitation of existing protection systems; the formulation, conceptual design, and final design of new protection systems (including all environmental aspects) involving primarily riverine flooding; and assessments of existing protection systems. Rehabilitation work may include design improvements to meet desired outcomes such as increased resiliency, reduced risk, higher levels-of-protection, improved operation, and recreational and aesthetic enhancements. New protection systems may involve floodwall and levee designs along with conceptual design formulations and analysis; civil site layout; utility and roadway relocations; roadway or railroad closure gates, berms, relief wells, interior drainage structures; and pumping stations. Assessments will include inspection and investigation of existing flood protection systems for condition evaluation and compliance with levee safety standards. c) Other projects, including a variety of projects such as dredging; ecosystem evaluation and restoration; wetlands and stream restoration, water management, design of parking lots; roadways; buildings to include structural, mechanical, and electrical features; building projects for the Veteran Affairs (VA) Administration, building projects in support of military construction, bridges to include material and weld testing of various bridge components; utilities; erosion protection; water and wastewater structures; hydrologics or hydraulic related projects; geotechnical and geology related projects, designs, and investigations; hoists and cranes; recreational trails; and security fencing. Work may include the rehabilitation of existing facilities and design of new proposed facilities. d) Dam and Levee Safety Analyses, Periodic Inspections, and Periodic Assessments. The Contractor may be required to conduct interdisciplinary engineering and/or periodic inspections of USACE and non-USACE owned structures. In addition to the actual inspection other work including but not limited to preparation of planning documents, schedules, safety plans, progress reporting, progress monitoring, pre-inspection brochure, and preparation of the draft/final reports including recommendations for repairs, photographs, trip reports, and data plots may be required. The work may include coordination with several USACE offices as well as coordination with local project sponsors who operate various features to be inspected. Result briefings may be required to various USACE officials. Some of the structures that might be inspected and analyzed include embankment dams, locks and dams, levees, pump stations, bridges, outlet structures, and gravity drains. e) Incidental services may include HTRW investigations and analysis; NEPA documentation, formulation, and evaluation; climate change analysis; fire protection and fire system design; surveying and mapping; and landscaping. 3. SELECTION CRITERIA: The specific selection criteria (a through e are primary and f is secondary and will only be used as a tie-breaker) in descending order of importance are as follows and must be documented with resumes in the SF330. a. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following registered professionals: (1) Structural; (2) Geotechnical; (3) Civil; (4) Hydrologic and Hydraulic; (5) Mechanical; (6) Electrical; (7) Cost Engineers; (8) Specification Engineers; (9) Architects; (10) Geologists; (11) Landscape Architects; (12) Construction Scheduler and (13) Environmental Professional (ASTM E1527), and (14) Surveyors. Other required experienced personnel include: Engineering Technicians and CADD Technicians/Operators, Lab technicians, GIS Technicians. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm of key personnel who will be assigned to this contract. Resumes contained in Standard Form (SF) 330, Part I, Section E, Page 3 shall be completed for each discipline. b. Specialized Experience and Technical Competence in the following numbered items in descending order of importance: (1) Corps civil works engineering and architectural design, for large and small projects and the preparation of Corps project contract plans and specifications in the following ranked sub-order: a. inland marine transportation, hydraulic steel structures, and flood risk management; b. other civil works projects; and c. incidental project services. (2) Preparation of engineering planning reports such as reconnaissance, feasibility, navigation rehabilitation evaluation, flood risk management feasibility, formulation, and conceptual design, general reevaluation and design documentation reports; (3) Constructability or construction engineering experience in inland marine projects, hydraulic steel structures, and flood risk management projects; (4) Capability to deliver CADD files in the Bentley Microstation format; (5) Quality management procedures to include Quality Control Plans; (6) Effectiveness of the project team including management structure, coordination of disciplines, subcontractors, and prior working relationships; (7) Construction cost estimation and preparation of estimates using the most current version of MCACES; (8) Construction specification writing and preparation of specifications using SpecsIntact; (9) Facility and building design including demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. c. Capacity to accomplish the work in the required time. (1) Ability to meet overall project schedules and certain phase schedules; (2) Ability to accomplish multiple task orders simultaneously in a one-year contract period for delivery of a quality product on a timely schedule, and capacity to perform up to $10,000,000 in work of the required type over the life of the contract, 5 years. The evaluation will consider the availability of an adequate number of key personnel, equipment availability and the extent of in-house facilities, versus subcontracting needs; (3) Ability to accomplish small task orders under $50,000 in a cost-effective, timely manner. These small task orders will primarily involve remedial/repair designs on Corps of Engineers-owned facilities. d. Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330 with respect to cost control, quality of work and compliance with performance schedules. e. Knowledge of the Upper Midwest region, including cold climate engineering, design, and construction. f. 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. Volume of work for the St. Paul, St. Louis, and Rock Island Districts will also be considered under this factor. This last factor will be secondary and will only be applied as a tie-breaker, if needed, among the technically most qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five copies of their SF330, each containing Parts I and II of the SF330 information to the address below not later 2:00 PM, April 30, 2018. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firm's CPARS number on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the CPARS number for each subcontractor or consultant, if available. c. SF330, Part I, Section H (Additional Information) shall contain the following information. a. Item 1 - Management Plan - Include the information requested in Paragraph 3c above. b. Item 2 - Capacity to complete the work. Reference Paragraph 3c above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. c. Item 3 - Volume of DoD contract actions issued within the last 12 months - Reference Paragraph 3f above. Provide a complete listing of all DoD projects designed within the last 12 months. The SF330 shall have a page limit of 150 pages, and will have a limit of twelve projects illustrating specialized experience. A page is one side of an 8 ½ x 11 sheet. If a fold-out is used, each sheet of a fold-out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one inch. The SF 330 shall clearly delineate the type of CADD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CADD system, and the conversion/translation methods to be used. The references to other projects should indicate the CADD system utilized. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Acquisition Management (SAM) to be considered for award of a Federal contract. Information regarding registration can be obtained through the SAM website at www.sam.gov. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-800-700-2733. d. Mail your firm's submission of the SF330 to: U.S. Army Corps of Engineers, St. Paul District, Contracting Division ATTN: Mr. Kevin P. Henricks 180 East 5th Street, Suite 700, St. Paul, MN 55101 Mr. Henricks can be reached at kevin.p.henricks@usace.army.mil or (651)290-5414. Solicitation packages are not provided. Please furnish your SF330s on a CD or via hardcopy to Kevin P. Henricks. This is not a Request for Proposal. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Any updates to this announcement will be posted on the Federal Business Opportunities (FBO) website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18R0013/listing.html)
- Record
- SN04853542-W 20180315/180313232059-542721daf1b2d6fa3824afa97d4d4a53 (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 |