Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
MODIFICATION

C -- Resident Engineer and Inspection Services for the East River Bridges Program

Notice Date
3/21/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-18-AE-0002
 
Archive Date
4/12/2018
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The subject contract is being procured in accordance with Public Law 92-582, Brooks Architect-Engineer (A-E) Act, as implemented in FAR subpart 36.6, using full and open competitive procedures. The most highly qualified firm will be selected for negotiation based on the selection criteria in this announcement. One (1) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded with a capacity of $49,500,000 and duration of TEN (10) YEARS, CONSISTING OF ONE 4-YEAR BASE PERIOD AND THREE 2-YEAR OPTION PERIODS. The North American Industry Classification System (NAICS) code is 541330 Engineering Services. NOTE: The Government will guarantee a minimum ordering obligation of $35,000 for the base contract and $10,000 for each option period. The 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 a task order for the value of the minimum guarantee). The Government shall be under no obligation to issue any specific number or type of task orders and no liability shall be incurred by the Government in the event that a specific number or type of task orders are not issued. Labor rates for each discipline specified, overhead rates, and annual escalation factors will be negotiated and stated in this IDIQ contract. The wages and benefits of service employees performing under this contract must be at least equal to those specified by the Department of Labor under the Service Contract Labor Standards (FAR subpart 22.10), as determined relative to the employee's office location (not of the location of the work). Escalation factors will be applied annually starting on the first day of the second year. Task orders will be negotiated and issued as firm-fixed price or labor-hour. The terms and conditions of this IDIQ contract will apply to every task order. Local Travel costs will be allowed, however Temporary Duty (TDY) or relocation costs to New York City will not be allowed. If labor-hour task orders are issued, a ceiling price will be established that if exceeded will be at the A-E firm's own risk. The anticipated award date of this IDIQ contract is September 2018. Several construction contracts under the East River Bridges program, which will require the services being procured under this contract, are expected to be awarded and issued notice to proceed in September 2018 as well. A firm must be registered in the System for Award Management (SAM) in order to be eligible to receive a contract. Register via the SAM website at http://www.sam.gov. This procurement is subject to Command Services Executive (CSE) approval, which has been received. 2. PROJECT INFORMATION: The scope of work is Resident Engineer and Inspection Services for construction on and around long-span bridges (Brooklyn, Manhattan, Williamsburg, and Queensboro Bridges) over the East River in New York, NY. Some work elements will include design features and/or areas of the bridges that are historically significant to the structure and the site in which they being constructed. Work will be performed during normal working hours, nights, and/or on weekends in locations adjacent to or in close proximity to active vehicle, bicycle, pedestrian, and mass transit traffic areas. Most of the work will require work zone traffic control (performed by others) including temporary closure of roadways, pedestrian and bike paths, and subways. It is anticipated that other capital construction work (performed by others) will be in progress during performance of this work, and therefore may require coordination with other firms and contractors. 3. SECURITY REQUIREMENTS: All information and materials under this contract will be designated "For Official Use Only" (FOUO). Projects are not classified, however they are considered highly sensitive in nature. Any employees permitted access to FOUO information or materials under this contract, whether they work for the prime contractor or a subcontractor, shall sign and submit a Non-Disclosure Agreement (NDA). The NDA form will be provided to the selected firm. Security requirements for this project are as follows: a. E-Verify: The prime contractor and subcontractors are required to use the E-Verify system administered by the U.S. Department of Homeland Security (DHS), U.S. Citizenship and Immigration Services (USCIS), as the means of verifying that their employees are authorized to work in the United States. Information on registration and use of E-Verify can be obtained via http://www.dhs.gov/EVerify. Records of these screenings shall be maintained and be subject to submission and review by the Government upon the request of the Contracting Officer or designated representative. Personnel who are not authorized to work in the United States, as verified through E-Verify, are not permitted to work on this project in any capacity. b. Personnel Assurance Program: The firm selected to perform on this project must use and maintain a personnel assurance program that includes a criminal history records check (CHRC), positive identity verification (PIV), and credentialing of all personnel and all workers to facilitate safe and threat-free work sites. The personnel assurance program shall be fully auditable. Records of these screenings shall be maintained and be subject to submission and review by the Government upon the request of the Contracting Officer or designated representative. The selected firm shall obtain a personnel assurance program. This program shall have been previously audited and have a successful in-use minimal track record of three (3) years at a regional level, in the secure collection and encrypted storage of personnel data, criminal history records checks (CHRC), positive identity verification (PIV), acceptance of the Transit Worker Identification Credential (TWIC), processing of documents and credentialing of personnel for access to confidential information, and/or to work in restricted areas. Individuals must pass both the criminal history records check (CHRC), and the positive identity verification (PIV) check to qualify and work on this project. At a minimum, the criminal history records check (CHRC) shall be vetted against the following criteria: • Social Security Number (verify SSN and name match) • Federal District Court Search (Each district of residence) • National Criminal Search • Statewide Criminal Check (Each state of residence) • County Criminal Search (Each county of residence) • Sexual Offender Search (Each resident state) • Alien Immigrant Search • Immigration Violation Check • Fake Identification Convictions • State Driving Record • Check for false statement or omissions on screening form • National Terrorist Watch List Search (OFAC-SDN) Personnel found to have disqualifying criminal offenses, as verified through the personnel assurance program, are not permitted to work on this project in any capacity. An individual has a disqualifying criminal offense if the person has during his / her lifetime been convicted, or found not guilty by reason of insanity, in a civilian or military jurisdiction of any of the following criminal offenses: • Terrorism - a crime listed in 18 USC Chapter 113B or a State law that is comparable. • Violations of the Racketeer Influenced and Corrupt Organizations Act, 18 USC 1961, et. seq., or a State law that is comparable. • A crime involving a severe transportation security incident. • Making any threat, or maliciously conveying any false information knowing the same to be false, concerning the deliverance, placement, or detonation of an explosive or other lethal device in or against a place of public use, State or Government facility, a public transportation system, or an infrastructure facility. • Improper transportation of a hazardous material under 49 USC 5124, or State law that is comparable. • Murder, Espionage, Sedition, Treason. • Unlawful possession, use, sale, distribution, manufacture, purchase, receipt, transfer, shipping, transporting, import, export, storage of, or dealing in an explosive or explosive device. • Conspiracy or attempt to commit any of the criminal acts listed in this paragraph. An individual has a disqualifying criminal offense if the person has during the ten (10) years from completion of sentence to the date of application been convicted, or found not guilty by reason of insanity, in a civilian or military jurisdiction of any of the following offenses: • Forgery of certificates, false markings of aircraft, and other aircraft violations • Interference with air navigation • Aircraft piracy • Interference with flight crewmembers or flight attendants • Commission of certain crimes aboard aircraft in flight • Carrying a weapon or explosive aboard aircraft • Conveying false information and threats (e.g., bomb threats, explosives in briefcase, etc., in security areas) • Aircraft piracy outside the special aircraft jurisdiction of the United States • Lighting violations involving transporting controlled substances • Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security requirements • Destruction of an aircraft or aircraft facility • Assault with intent to murder • Kidnapping or hostage taking • Rape or aggravated sexual abuse • Extortion • Armed or felony unarmed robbery • Distribution of, possession with intent to distribute, or importation of a controlled substance • Felony arson • Felony involving a threat • Felony involving willful destruction of property, importation or manufacture of a controlled substance, burglary or robbery, theft, dishonesty, fraud or misrepresentation (including identity fraud and money laundering), possession or distribution of stolen property, aggravated assault, bribery, illegal possession of a controlled substance punishable by a maximum term of imprisonment of more than one (1) year, smuggling, immigration violations. • Violence at international airports • Unlawful possession, use, sale, manufacture, purchase, distribution, receipt, transfer, shipping, transporting, delivery, import, export of, or dealing in a firearm or other weapon. A firearm or other weapon includes, but is not limited to, firearms as defined in 18 U.S.C. 921(a)(3) or 26 U.S.C. 845(a), or items contained on the U.S. Munitions Import List at 27 CFR 447.21. • Conspiracy or attempt to commit any of the criminal acts listed in this paragraph At a minimum, the PIV check shall require presentation of the following ORIGINAL Government identification documents for each individual. Individuals are to present their documents to a Trusted Agent having direct access to a real-time, centralized, and secure Trusted Database Technology System for collection, processing, and selective provision of personal information. The Trusted Agent is an individual designated and trained by the contractor in authentic and fraudulent document identification. The "Trusted Database Technology System" is an existing system having a successful in use minimal track record of three years at a regional level. Documents presented must include: Any one (1) of the following ORIGINAL identification documents: • United States Passport (unexpired or expired) • United States Birth Certificate (original or certified copy) • Foreign Passport (unexpired only, with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization) • Alien Registration Receipt Card (INS Form I-551 with photograph) • Temporary Resident Card (unexpired only; INS Form I-688) • Employment Authorization Card (unexpired only; INS Form I-688A) AND any two (2) of the following ORIGINAL identification documents, at least one (1) of which shall be in the form of a Photo ID below: Photo ID: • Passport (U.S. or unexpired Foreign) • U.S. State Driver's License • U.S. State Learner's Permit • U.S. State ID • Public Assistance Card • U.S. Military ID Card • NY/NJ State or City Employee ID • Customs Zone Access Card • NY/NJ State Security Guard ID Card Non-Photo ID: • U.S. Birth Certificate • Vehicle Registration (in individual's name) • U.S. Military ID Card • U.S. Voter Registration Card • NY/NJ State or City Employee ID • Native American Tribal Document • Marriage Certificate • Baptismal Certificate • Union Labor ID Card c. Government Background Check: In addition to the contractor's personnel assurance program, all contractor personnel affiliated with this project shall be required to complete a background screening application which authorizes the U.S. Army Corps of Engineers to conduct background screenings of personnel associated with this project. This screening shall consist of queries of one or more government data bases and potentially the data bases of companies who routinely collect personnel data for the purpose of completing background screenings (i.e., third party verification). Failure by personnel to consent to this screen shall preclude any and all forms of participation on this project. 4. SELECTION CRITERIA: An A-E Selection Board will evaluate each firms' qualifications strictly on the basis of the announced selection criteria and their stated order of importance. Primary Selection Criteria: The following selection criteria will be evaluated to determine the highly qualified firms and/or most highly qualified firms. The selection criteria are listed in their order of importance (first by major criterion, then by sub-criterion). a. Specialized Experience and Technical Competence. Submit a total of ten (10) projects. At least two (2) projects, which the prime contractor for the proposed team was the prime contractor for the project, shall be $100 Million or greater. Additional projects at or above this value will be considered a strength. The items noted in this paragraph shall be included in the SF 330, Part I, Section F. (1) Submit four (4) projects which demonstrate specialized experience and technical competence performing Resident Engineer and Inspection Services on and around long-span suspension, cantilevered-truss, and cable-stayed bridges. Projects shall demonstrate ensuring strict construction contractor compliance with the contract documents by reviewing technical submittals, performing quality assurance / quality control oversight of work activities, and ensuring a safe environment is maintained for workers, traffic, and the general public during construction. Projects shall also demonstrate experience with the New York State Department of Transportation (NYSDOT) Standard Specifications. (2) Submit four (4) projects which demonstrate specialized experience and technical competence with erection of structural steel. Projects shall demonstrate review and inspection of layout/surveys, field measurements, fabrication, erection plans, field tests, and structural connections including bolting and welding. Projects shall also demonstrate experience with the NYSDOT Steel Construction Manual and off-site inspections of fabricated and/or manufactured materials. (3) Submit two (2) projects which demonstrate specialized experience and technical competence with installation of electronic security systems. Projects shall demonstrate review and inspection of conduit layout, permanent and temporary electrical wiring, fiber optic wire, uninterrupted power supply, utility buildings / control centers, and electronic surveillance equipment such as cameras, detectors, card readers and other intrusion detection system components. (4) Projects submitted above shall also demonstrate specialized experience and technical competence with the following: • Work zone traffic control including roadway and subway closures. • Exterior paint/coating systems and removal of lead paint. • Non-structural steel including fencing, hardened doors/hatches, and other forced entry protection. • Excavation, concrete/asphalt placement, and thermal/moisture protection. • Cost estimating, construction schedule management, and evaluation of time-impact analysis. • Furnishing assistance and providing recommendations during progress meetings, coordination meetings, and conferences. • Participating in coordination with Local, State, and Federal governments, agencies, authorities, utility companies and commissions such as Con Edison, NYC Transit Authority, Metropolitan Transportation Authority (MTA), Design Commission, Landmark Preservation Commission, NYC Department of Environmental Protection, etc. (5) Projects submitted above which demonstrate specialized experience and technical competence with the following will be considered a strength: • Fire standpipe systems and fire suppression equipment/machinery. • Marine construction such as shoals, dolphins, and cofferdams. b. Professional Qualifications for key personnel in each of the disciplines below. The American Society of Civil Engineers' guidelines for engineering grades (http://www.asce.org/engineergrades) is used to simplify levels of professional development and qualifications. A New York State license is required for project managers or engineers that are Grade IV and above (or be able to obtain one through reciprocity prior to commencing work under this contract). The evaluation will consider education, licenses/certifications, training, and overall and relevant experience; particularly their experience performing Resident Engineer and Inspection Services on and around long-span bridges utilizing work zone traffic control. The items noted in this paragraph shall be included in the SF 330, Part I, Sections E. Also, the SF 330, Part I, Section G includes a matrix connecting the key personnel from Section E with example projects they worked on in Section F. Key Personnel: (1) Project Manager, Grade VII or VI (2) Resident Engineer, Grade VII (3) Project Engineer, Grade V or IV (4) Scheduling Engineer, Grade IV or III • or a certified professional with similar qualifications (5) NICET Highway Construction Inspector, Level IV • or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) with similar qualifications (6) NICET Highway Construction Inspector, Level III • or a NICET currently recertified General Knowledge Designation, Engineering Technician (ET) with similar qualifications (7) AWS Senior Certified Welding Inspector (SCWI) or Certified Welding Inspector (CWI) • or one the above NICET Highway Construction Inspectors Level IV or III • Experience with Ultrasonic Testing will be considered a strength (8) NACE Coatings Inspector Program (CIP), Level 3 • or an SSPC Protective Coatings Inspector (PCI), Level 3 • or a certified professional with similar qualifications (9) NICET Video Security Systems Technician, Level IV • or a NICET currently recertified General Knowledge Designation, Senior Engineering Technician (SET) with similar qualifications • or a licensed Professional Engineer with similar qualifications (10) NICET Audio Systems Technician, Level III and passed Work Elements 15002, 15004, 15005, 15013, 15015, and 15016 • or a NICET currently recertified General Knowledge Designation, Engineering Technician (ET) with similar qualifications • or a licensed Professional Engineer with similar qualifications (11) Technical Advisor, Grade VIII (12) Structural Engineer, Grade VI or V (13) Electrical Engineering, Grade VI or V (14) Civil Engineering, Grade V or IV (15) Environmental Engineer, Grade V or IV (16) WZTC Engineer, Grade V or IV (17) Safety Engineer, Grade V or IV • or a certified professional with similar qualifications (18) ABIH Certified Industrial Hygienist (CIH) • and completed the SSPC Lead Paint Removal (C-3) course (refresher if required) • and completed the OSHA 24-Hour HAZWOPER course (refresher if required) c. Past Performance on NYCDOT, MTA, NYSDOT and other relevant contracts with respect to cost control, quality of work, and compliance with performance schedules for Resident Engineer and Inspection Services on long-span bridges, as determined from references, PPIRS, CPARS, and other sources. Projects which are $100 Million or greater will be considered a strength. The items noted in this paragraph shall be included in the SF 330, Part I, Section H. d. Capacity to initiate and complete work within the time parameters of the project. The evaluation will consider the overall available capacity of an adequate number of personnel in each of the disciplines listed above in the SF 330, Part II. The items noted in this paragraph shall be included in the SF 330, Part II, which shall be submitted for each firm and each branch/office within each firm that is part of the proposed team. e. Personnel Assurance Program to ensure a safe and threat-free work environment or the ability to implement a system in accordance with paragraph 4 above. Provide details of the program and describe how it will be implemented for this contract. The items noted in this paragraph shall be included in the SF 330, Section H. f. Knowledge of the Locality which includes knowledge of local construction methods, logistics in a metropolitan area, laws, rules, regulations, and climatic conditions. This criterion will be evaluated separately from Geographic Proximity below. Secondary Selection Criteria: The following selection criteria will only be used as a "tiebreaker" in ranking the most highly qualified firms. The selection criteria are listed in their order of importance. g. Extent of participation by small businesses (including women-owned), small disadvantaged businesses (SDB), historically black colleges or universities (HBCU), and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Indicate the percentage of total estimated effort for each subcontractor in the SF 330, Section C. A formal subcontracting plan should not be submitted, and will only be required from the firm selected for negotiations. h. Geographic Proximity of the firm or branch/office in relation to New York, NY. i. Extent of work self-performed by the prime contractor. Indicate the percentage of total estimated effort to be self-performed by the prime contractor in the SF 330, Section C. This criterion will be evaluated higher for firms self-performing a greater percentage of the total anticipated contract effort. j. Volume of A-E Contract Awards by the Department of Defense (DoD) in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Indicate the total value of any A-E contracts and task orders awarded in the last 12 months in the SF 330, Section H. For Indefinite-Delivery Contracts (IDC), only the total value of task orders awarded in the last 12 months will be considered, not the potential value of the IDC contracts. 5. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit five (5) hard copies and five (5) CD's of a comprehensive SF 330 (08/2016 edition), which includes all subcontractor and joint-venture partner information for the proposed team. The SF 330 can be found on the following GSA web site: https://www.gsa.gov/forms-library/architect-engineer-qualifications. The SF 330, Part I Contract-Specific Qualifications shall be limited to a maximum 85 pages. Under Part I, Section E shall be limited to a maximum 45 pages. The SF 330, Part II General Qualifications shall be submitted for each firm and each branch/office within each firm that is part of the proposed team (no limit to the number of pages). An additional cover letter may be submitted and shall be limited to a maximum 3 pages. Offers which do not follow these instructions may not be evaluated. Firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For information visit the SAM website at http://www.sam.gov/. The North American Industry Classification System (NAICS) code is 541330 Engineering Services. Submit five (5) completed SF330's to: Attn: Stephen DiBari, Room 2037, CENAN EN-M U.S. Army Corps of Engineers, New York District 26 Federal Plaza New York, NY, 10278 Offers will not be accepted after 4:00 pm on the response date shown in the advertisement in the FedBizOpps. The response date will move to the next business day if the original response date falls on a Saturday, Sunday, or Federal Holiday. Electronic (i.e. email) or Facsimile (i.e. fax) transmissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-AE-0002/listing.html)
 
Record
SN04862699-W 20180323/180321231515-bf42942404f7e6d1f9c122c658699359 (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.