Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

C -- A-E Services IDIQ for Civil Works Projects

Notice Date
4/13/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18R0021
 
Archive Date
5/29/2018
 
Point of Contact
Curt Stepp, Phone: 206-764-6805
 
E-Mail Address
curt.stepp@usace.army.mil
(curt.stepp@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description 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 negotiations based on demonstrated competence and qualifications for the required work. The contract will be primarily for work in the Seattle District, but may also be used to support Portland District, Walla Walla District, Omaha District, and/or Kansas City District. In addition to task orders awarded by the Seattle District, task orders may or may not be awarded under this contract by Portland District, Walla Walla District, Omaha District, and/or Kansas City District for work performed in their respective districts. The Government anticipates that one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract will be negotiated and awarded, with a three (3) year base-period and no option period. However, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. The total monetary capacity for this contract is $10,000,000 ($10.0M) cumulative for the 3-year contract period. The contract will allow for either firm fixed price or cost-reimbursable task orders. None of the projects are yet authorized and all task orders are subject to availability of funds. North American Industrial Classification System (NAICS) code is 541330 - Engineering Services. This announcement is open to all businesses, regardless of size. The wages and benefits of service employees (see 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, as determined relative to where the services will be performed. To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION: NWS expects this contract to support General Investigation (GI) studies (planning), engineering and design at operating projects (safety and maintenance/repair-related projects), and specialty support during construction at civil works operating projects. Examples of the water resource-related project types and work to be performed under this A-E services acquisition include: • Infrastructure repair, renovation, or improvements for existing operating projects (project-level planning, engineering, and design of USACE operated and maintained hydro-electric dams, levees, and navigation locks) • Fish passage improvements (habitat enhancements, culverts, and ladders) • Flood control structures or flood control risk management (levee inspection, maintenance, and engineering and design; shoreline and bank erosion control and stabilization; flood control repair, rehabilitation, and construction) • Ecosystem restoration (studies, engineering, and design for work such as wetlands mitigation, rehabilitation, and creation) • Water supply, delivery, and treatment; storm/sewer systems (planning, engineering, and design for repair, renovation, and construction) These are examples of complex, water resource-related projects that require a firm with experience managing similarly-complex projects. Additionally, the firm must have access to a multiple discipline team working together to execute the projects anticipated under this acquisition. A-E services may be required for one or more project phases. The Civil Works program is requesting full service A-E capabilities within this acquisition, which will likely include architecture and landscaping; planning and economics; civil, mechanical, electrical, hydraulic and hydrologic engineering; geology and geotechnical engineering; and structural engineering. Typical significant, complex water resource-related civil works projects may require the following support provided by the proposed A-E contract: • Project Planning (plan formulation, economics and financial analyses, environmental studies and evaluations, public involvement and coordination, and real estate research and access support) • Engineering and Design (routine and specialty water-resources engineering analyses, design analysis, drawings, and specifications ranging from design definition through bid-ready construction contracting packages, cost estimating, value engineering) • Support Services during Construction (specialty submittal review, engineering inspections, requests for information, change order support). 3. SELECTION CRITERIA: The selection criteria for this particular acquisition are listed below in descending order of importance. Criteria A through E are primary criteria. Criterion F and G are secondary and will only be used as a ‘tie-breaker' among firms that are essentially technically equal. The secondary criterion will not be co-mingled with the primary criteria in the evaluation. PRIMARY CRITERION (A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the Prime/JV firm in executing civil works projects for the NWS primary civil works mission areas of water resources management: 1. USACE Civil Works water resources-related projects including the following project types, in order of decreasing importance: a. Infrastructure repair, renovation, or improvements for existing operating projects (hydro-electric dams, levees and navigation locks) b. Fish passage improvements c. Flood control structures or flood control risk management d. Ecosystem restoration e. Water supply, delivery, and treatment; storm/sewer systems 2. Planning (e.g., economics and financial analyses, environmental studies and evaluations, public involvement and coordination) of Civil Works water resources- related projects performed under the following USACE authorities (identify all that apply to each example project): a. Continuing Authorities Program (Sections 14, 103, 107, 111, 204, 205, 206, 544, 1135); b. Specifically Authorized Projects by Congress; c. Flood Management Services (Section 206 of PL 86-645); d. Water Resources Development Act (WRDA), including Section 203 - Tribal Partnership Program; Section 544 authorizations for the Puget Sound and Adjacent Waters Restoration Program, and Section 595 environmental infrastructure, resource protection, and development; e. Ecosystem Restoration Authorities (Section 204, 206, 1135); and/or f. Estuary Habitat Restoration Act. 3. Engineering and Design (e.g., water-resources engineering studies, feasibility, design analysis, drawings and specifications, bid documents) of USACE Civil Works projects requiring one or more phases of A-E services: a. Engineering and Design studies, feasibility, and analysis; b. Engineering and Design for bid-ready construction contracting packages. Additional considerations: • Projects in which the Prime/JV and its team subconsultants demonstrated prior project experience working together in significant prime/subconsultant roles may be evaluated more favorably for this criteria. • Completed USACE water resources-related Civil Works projects may be evaluated more favorably; water resources-related projects for others, with similar requirements to the range of civil works projects described above, may be submitted as experience, but will not be evaluated more favorably. • Completed projects performed within the NWS civil works boundaries may be evaluated more favorably for this criteria. • Projects that included A-E Support Services during Construction (e.g., specialty submittal review, engineering inspections, requests for information, change order support) may be evaluated more favorably for this criteria. Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in the SF330, emphasizing Sections F, G, and H of the SF330. A maximum of ten (10) projects completed by the Prime/JV no more than 10 years prior to submission shall be shown in Section F. Projects that are completed no more than five (5) years prior to the specified submission date will be given additional consideration. For the up to ten projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single operating site (dam, etc.). An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site. Project descriptions shall clearly state the extent of work performed by the Prime/JV and team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. If the offeror provides more than 10 example projects, only the first 10 examples will be evaluated. A completed project is defined as one in which the firm's performance of the work for which it was hired is complete. PRIMARY CRITERION (B) PROFESSIONAL QUALIFICATIONS of the Prime/JV's staff and team consultants to be assigned to this contract. The education, training, professional registration, proposed job title, and overall relevant experience of key personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity. The key personnel employed by the Prime/JV may be evaluated more favorably for this criteria. Responding firms should demonstrate the professional qualifications of their staff in key disciplines: 1. Key professional disciplines are identified below by function code (fc): - Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a fc does not exist, the requirement is described by the Government. - Identify key personnel proposed by fc in Sections E, G, and H of the SF330. - List professional registrations or certifications, if applicable, for the key disciplines. 2. Submit resumes in Section E of the SF330 for each of the disciplines below, which are listed in descending order of importance. 1. Project Manager (SF330 fc 48; licensed or registered professional required); 2. Quality Control Manager (no fc; licensed or registered professional required; resume must identify QC role(s) in past projects, qualifications); 3. Economist (fc 20; master's degree preferred, but not required; civil works- related experience is required); 4. Planner, Urban/Regional (fc 47; master's degree preferred, but not required; civil works-related planner experience is required); 5. Civil Engineer (fc 12; professional engineer (PE) required); 6. Hydraulic Engineer (fc 32; PE required); 7. Hydrologist (fc 34; licensed or registered professional required; additional certification [e.g., American Institute of Hydrology] is preferred, but not required); 8. Mechanical Engineer (fc 42; PE required); 9. Electrical Engineer (fc 21; PE required); 10. Cost Engineers (fc 18; nationally recognized cost engineering certification [e.g., AACEI CCP or CEP] or PE, project experience in use of MCASES MII software required). • Responses must be coordinated with function code responses with Part II, subpart 9, "Employees by Discipline". • If multiple resumes are provided for Criterion B, identify the single most highly qualified individual proposed for each key discipline for evaluation. The additional resumes for the required disciplines or for disciplines that are not listed in this criterion will not be evaluated. The basis of the evaluation will be the information in Sections E, G, and H of the SF330. PRIMARY CRITERION (C) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will also be considered. The Board may seek information on past performance from other sources. The Board will first consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for unique civil works-related projects of similar size, scope, and complexity to those anticipated for the NWS mission areas are considered more relevant. The board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a combined relevancy/confidence rating (e.g., Relevant/Substantial Confidence). Where no recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on the factor of past performance. PRIMARY CRITERION (D) CAPACITY of key disciplines. The board will consider available capacity of key disciplines identified above in Criterion B of the Prime/JV and its team consultants to perform work in the required time. The basis of the evaluation will be the information in Section H and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline". The offeror is required to provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV capacity, (2) team subconsultants capacity, and (3) total team capacity for each key discipline in Section H of the SF330. Capacity will be measured by number of personnel, not percentages or availability. Each key discipline required in the response shall be shown in and coordinated with Part II of the SF330, which requires that each individual employed by the firm be identified by one function code. Part II will be evaluated to determine if the function code capacity and claimed numbers of personnel support the information in Section H. PRIMARY CRITERION (E) Knowledge of the Locality The board will evaluate the Prime/JV and team's demonstrated knowledge and experience with (1) local climate conditions, (2) geological features, and (3) the state/ local regulatory agencies within WA, ID, and MT (NWS civil works area of responsibility). The basis of the evaluation will be the information in Section H of the SF330. The following secondary criteria will only be used as a tie-breaker among technically equal, most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed below in order of descending importance (higher level criterion will be evaluated first, and others considered only if required). SECONDARY CRITERION (F) EXTENT OF SMALL BUSINESS PARTICIPATION measured as a percentage of the total estimated effort. Small Business Participation includes the following: 1. Small Business 2. Small Disadvantaged Business 3. Women-Owned Small Business 4. HUBZone Small Business 5. Service-Disabled Veteran-Owned Small Business 6. Veteran-Owned Small Business SECONDARY CRITERION (G) VOLUME OF DoD A-E CONTRACT AWARDS Responding firms shall cite all contract numbers, task orders and modifications, award dates, and total negotiated fees for any DoD A-E contract(s) awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus three (3) copies and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition, unless otherwise indicated) for the Prime firm that includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections B and C. Firms should include information regarding the Secondary Selection Criteria in Section H of the SF330. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 10 pt. font. Submittals must be delivered to the following address not later than 14 MAY 2018 10:00 am Pacific Time (no faxed or other electronic submittals will be accepted): EMAIL: Emailed Proposal will NOT be accepted. FAX: Faxed Proposal will NOT be accepted. FED-EX/UPS: Curt Stepp, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 MAIL: Curt Stepp, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) PO Box 3755 Seattle, WA 98124-3755 Note: Commercial Carriers will not deliver to PO Boxes. HAND DELIVERY: Curt Stepp, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTA) 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method. Please allow sufficient time for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201). Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330. Submit all questions, in writing only, to Curt Stepp (Contract Specialist) at Curt.Stepp@usace.army.mil. Questions must be submitted no later than 09 MAY 2018 and must contain the solicitation number in the subject line of the e-mail. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18R0021/listing.html)
 
Place of Performance
Address: Contracting Office Address, U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-CTA, Curt Stepp, 4735 East Marginal Way South, Seattle, WA 98134, United States
Zip Code: 98134
 
Record
SN04888696-W 20180415/180413230613-e04cedb27f91780822dc27705eec497f (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.