SOLICITATION NOTICE
C -- Indefinite Delivery Type (IDT) Contract for up to Three (3) IDT Contracts for Quality Assurance Inspection Services with the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Competitive 8(a) Set-Aside)
- Notice Date
- 5/22/2018
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE18O0001
- Point of Contact
- Lane Vargas, Phone: 601-631-7021, Dustin G. Cannada, Phone: 6016317546
- E-Mail Address
-
lane.vargas@usace.army.mil, dustin.g.cannada@usace.army.mil
(lane.vargas@usace.army.mil, dustin.g.cannada@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Pre-solicitation Notice is for interested firms to submit their SF 330 by 22 June 2018, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal. 1. CONTRACT INFORMATION: SF 330s are due by Close of Business on 22 June 2018, 1600 hours, CST. The proposed procurement listed herein will be restricted as a Competitive 8(a) Set-Aside. Up to three (3) indefinite delivery contracts, $5 million each, may be negotiated and awarded as a result of this solicitation. Each contract will have a performance period of five (5) years. Each contract will be 1,825 days from the date of contract award or exhaustion of the contract value of $5.0 million, whichever comes first. Work will be issued by negotiated firm-fixed price or labor-hour task orders. It is anticipated that the estimated workload for each year will be $1.6 million. The cumulative total of Task Orders issued over the life of the contract shall not exceed $5.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. Contract award is anticipated on or before December 2018. 2. PROJECT INFORMATION: The work under this contract shall consist of a broad range of construction management, quality assurance activities, and relates services for a variety of civil works projects including, but not limited to: levees, channels, weirs, drainage structures, concrete mat casting, concrete mat placement, maintenance dredging, stone dikes, revetments, bank stabilization, recreation areas, and building construction. Quality assurance activities to be performed shall include, but not be limited to: coordinating, reading plans and specifications, monitoring, documenting, and reporting on maintenance dredge activities; construction contractor quality control activities and construction safety, progress, and testing. The Supervisory Construction Representative and Inspectors will be responsible for seeing that all phases of the contract are performed and completed in accordance with the terms of the contract, including Construction Quality Control and Safety, Their observations will be documented on the Inspector's Quality Assurance Report. At the discretion of the Government, the report may be required to be prepared manually using, ENG Form 2538-2, Aug 89 or CELMK Form 2355, Oct 93, or electronically using the Resident Management System (RMS). Some task orders may require field tests, such as soil classification, relative density, sieve analyses, moisture content, control compaction curves, and in-place density. Testing shall be performed by a Government-validated laboratory. 3. SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru E are primary. Criteria F is secondary and will only be used as a "tie- breaker," if necessary, in ranking the most highly qualified firms. The firm (either in house or through association with a qualified consultant(s)) must demonstrate: (A) Specialized experience and technical competence of the firm and consultants in the work described in items i-iii below. i) Demonstrate QA inspection service experience on Federal Civil Works maintenance Dredge and/or Mat Sinking Unit Systems. ii) Demonstrate QA inspection service experience on Federal Civil Works construction projects. iii) Demonstrate capability and experience in field and lab geotechnical testing (B) Professional Qualifications: The firm must employ sufficient number and qualified contract administrators, inspectors and supervisors/managers to perform the type of required services in accordance with applicable Government regulations, policies and standard operating procedures including, but not limited to that set forth in the technical specifications. Registered professional personnel shall be employed in the civil and geotechnical engineering disciplines to oversee the testing program, analyze and interpret test data and offer expertise as needed when construction issues arise. The firm should indicate and emphasize professional registration, advanced degrees, training, certifications, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity to Accomplish the Work: The firm should indicate the ability to perform numerous projects, concurrently, regardless of duration, unexpected equipment breakdowns, construction challenges, seasonal shutdowns, and/or personnel problems; and complete work in a timely manner. (D) Knowledge of the Locality: locality refers to geological features, climatic conditions or local construction methods that are unusual or unique. (E) Past Performance: Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above. (F) Equitable distribution of DoD Contracts. 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, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy (in PDF format submitted on a CD) of SF 330 along with a copy of part II of each sub-consultant's SF 330 to: U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK-EC-T), 4155 E. Clay St. Vicksburg, Mississippi 39183-3435, no later than 1600 hours, CST, on 22 June 2018. Include both the solicitation number and the company's DUNS number on all submittals. Additional copies will be discarded without being reviewed. Note the following restrictions on submittal of SF330; Block E - Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side). Block H-Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Sara Vargas, (601) 631-7021. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not a Request for Proposal. A fee proposal will be requested at a later date. ****NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE18O0001/listing.html)
- Record
- SN04930903-W 20180524/180522231020-1b2e3acfedddeec8fed1c9928914041b (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 |