SOLICITATION NOTICE
C -- AE SERVICES TO SUPPORT THE USACE SOUTH ATLANTIC DIVISION, MOBILE DISTRICT'S PLANNING AND ENVIRONMENTAL DIVISION FOR MILITARY, CIVIL WORKS, AND SUPPORT FOR OTHERS PROGRAMS
- Notice Date
- 9/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127818R0090
- Point of Contact
- ROSEMARY C. HALL, Phone: 2514416174
- E-Mail Address
-
rosemary.c.hall@usace.army.mil
(rosemary.c.hall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Solicitation Announcement Classification Code: C - Architect and Engineering Services Subject: Notice for Architect and Engineering (AE) Services to Support the USACE South Atlantic Division, Mobile District's Planning and Environmental Division for Military, Civil Works, and Support for Others Programs Solicitation Number: W9127818R0090 Set-Aside Code: None Response Date: 18 October 2018 Place of Performance: USACE, Mobile District CONTRACT INFORMATION: The U.S. Army Corps of Engineers, South Atlantic Division, Mobile District requires AE Services for its Planning and Environmental Division to Support Military, Civil Works, and Support for Others Programs. Services are to be provided under a Single Award Task Order a Contract (SATOC). This procurement will be conducted in accordance with FAR Part 36 Brooks Act procedures for the acquisition of architect-engineer services. The North American Industry Classification System (NAICS) code for this action is 541330. It is open to all AE firms regardless of size. The Government intends to award up to ten (10) contract awards on an Unrestricted basis. The total capacity of all awards will be $49,000,000 Unrestricted Shared Capacity, for a term not to exceed three (3) years. No one firm will receive more than one award for this procurement. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month period of the contract. All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large AE firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations. Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under their contract via a secure data collection site at http://www.ecmra.mil/. Reporting inputs will be for the labor executed in each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor may direct questions to the help desk at: http://www.ecmra.mil/. PROJECT INFORMATION: AE services to support the Mobile District Planning and Environmental Division for Military, Civil Works, and Support for Others Programs will be used for provide project products, analysis, assessments, and studies support which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. The selected firms must have the capability thru in-house staff or consultants to perform the required services. The work for Mobile District Planning and Environmental Division Military and Support for Others Programs includes environmental initiatives for conservation, National Environmental Policy Act (NEPA) compliance, environmental studies and master planning for military installations and facilities. The work for Mobile District Planning and Environmental Division Civil Works Program includes preliminary studies through complete feasibility reports for ecosystem restoration, flood risk management, shallow and deep draft navigation, water supply, hurricane and storm damage reduction, recreation, plan formulation, socio-economic analysis, dredged material testing, water quality studies, and wetland delineation in the southeastern United States as well as South and Central America. These programs benefit various agencies and stakeholders, both military and other Federal agencies. The Mobile District provides Planning and Environmental support for customers of the Mobile District, SAD for various Military, Civil, and Federal Agencies that include the Headquarters USACE, Department of Defense, U.S. Air Force, U.S. Army, U.S. Marine Corps. U.S. Army Reserves, U.S. Army National Guard, U.S. Navy, Defense Logistics Agency, Department of Homeland Security, National Institutes of Health, U.S. Environmental Protection Agency, and other U.S. Army Corps of Engineers federal, military, and civil works projects to include Federal, State and Local Governments. A-E firms will provide timely and cost effective responses to support the Mobile District Planning and Environmental Division for Military, Civil Works, and Support for Others Programs include but not limited to: Preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans and Section 7 compliance documentation and studies; Clean Water Act/Clean Air Act/RCRA reporting, recordkeeping, monitoring, documentation and implementing guidance; Installation Master Plans/General Plans/Area Development Plans; Encroachment Studies, Noise Studies, Land Acquisition Studies, Sustainable Infrastructure Assessments, Sustainability Studies, Database and Asset Management, Condition Assessments, Facility Assessments and Risk Assessments; Scientific analyses and assessments of biological, chemical, ecological, cultural/historic/ architectural, and archaeological resources at all study and survey levels; terrestrial and underwater, and implementation of their measures; threatened and endangered species inventories and surveys; Invasive Species Management Plan/implementation of control techniques, Pest Management; Plans/implementation of control techniques, forest management plans and their implementation to include prescribed burn plans; Wetland Restoration Plans and their implementation; biological evaluations and assessments; Section 7 of the Endangered Species Act consultation assistance; Habitat evaluations; wetlands delineations identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings/workshop/training; staff augmentation; regulatory compliance; implementation of environmental audits and field assessments in support of Environmental Management Systems, Environmental Performance Assessment System, and Environmental Compliance Assessment System, development and implementation of Geographic Information Systems, similar technologies and web based program management techniques and training and support activities; Preparation of an Environmental Baseline Survey/Environmental Condition of Property studies; support to real estate activities; including leases, licenses, land acquisitions, and reports of availability, preparation of Findings of Suitability to Transfer and/or Findings of Suitability to Lease, and decision documents that incorporate all essential issues; the preparation of Clean-up Plans, and preparation of risk assessment documentation and deliverables associated with compliance and conformance of regulatory requirements; all aspects of NEPA, compliance and conformance issues; development, management, and implementation of land, natural and cultural resources programs/plans; plan formulation, economic and socio-economic analysis; dredge material testing; historic, cultural, water quality, endangered species; wetland delineation/analysis, wetlands; fish, and wildlife mitigation evaluations; Performing and preparing analysis and documentation for compliance with federal laws such as the National Environmental Policy Act, Clean Water Act, Endangered Species Act, National Historic Preservation Act, Marine Protection Research and Sanctuaries Act, and Clean Air Act; Comprehensive planning services from Feasibility Studies for both Inland and Coastal Civil Works projects; flood risk management; coastal erosion and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and eco-system habitat restoration; comprehensive watershed evaluations; multi-purpose water resources projects; perform Quality Control, Quality Assurance, Technical Assistance and Technical Review of planning and environmental products. SELECTION CRITERIA: The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 5 are primary. Factor 6 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from "outstanding" to "unsatisfactory", based on the risk to the Government that the Offeror will successfully perform that evaluated factor. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor as required by this solicitation will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as "Most Highly Qualified", "Highly Qualified", and "Not Qualified" in accordance with EP 715-1-7, Architect-Engineer Contracting In USACE. For purposes of this solicitation, a stand-alone contract or single task order is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be evaluated or considered. A single task under an Indefinite Delivery Contract is considered a project, not an Indefinite Delivery Contract itself. Projects in which the A-E Service is not 100% complete will not be evaluated. Factor 1. Professional Qualifications (SF330, Part I, Section E) Part A - Resumes of Key Personnel (Section E, Blocks 12 - 18): Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E. Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must state certification numbers and expiration dates (as applicable). In Block 13, the role listed must use the exact same discipline nomenclature as listed below. If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The content of Section E is not to be altered and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required: 1. Program Manager 2. Project Manager 3. Biologist/Ecologist/Environmental scientist 4. Chemist 5. Architect, professional registration required 6. Civil Engineer, professional registration required 7. Coastal Engineer, professional registration required 8. Environmental Engineer, professional registration required 9. Electrical Engineer, professional registration required 10. Structural Engineer, professional registration required 11. Mechanical Engineer, professional registration required 12. Community Planner, AICP certification required 13. Real Property Master Planner, AICP certification required 14. Water Resource / Formulation Planner 15. Clean Water Act Specialist 16. Hydrologist 17. Air Quality Specialist 18. Cultural Resources Specialist 19. Economist 20. Facilitator Part B - Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum bachelor's degree from af our-year college or university with a major in the specific field of study and five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in ‘Selection Criteria' above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within seven (7) years of publication of this solicitation announcement. (Note: The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline and that person's longevity with the firm named in Block 15. It will also take into consideration the person's relevant project experience provided in Block 19. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G. Factor 2. Specialized Experience and Technical Competence (SF330, Part I, Section F) For Factor 2, Offeror's are to demonstrate specialized experience and technical competence which meets the definition of A-E Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support the Mobile District Planning and Environmental Division for Military, Civil Works, and Support for Others Programs specific to performing services similar to those described above in the paragraph titled Project Information. In Section F Offerors are to submit ten (10) projects that best illustrate the proposed team's qualifications for award of a contract. (Note: The projects provided for Factor 1 may also be used to address this factor, however, not by reference only.) The definition of a project is as noted in ‘Selection Criteria' above. For each project use only one page and note the contract or task order number, as applicable. The content of Section F is not to be altered and all items within Section F shall be answered completely. Projects may be Military or Civil emphasis. The ten (10) projects shall specifically address the following areas of emphasis and shall be presented in the order listed below: Project 1 - Environmental Impact Statement Project 2 -Environmental Assessment Project 3 -Environmental Condition of Property Project 4 - Master Plan / Area Development Plan Project 5 - Endangered Species Act Biological Assessment / Section 7 Formal Consultation Project 6 -National Historic Preservation Act Section 106 (Supporting documents resulting in a MOA are considered more complex and will be given more consideration) Project 7 -Sustainable Infrastructure Assessment -OR- Regional Vessel Fleet Forecast (provide one or the other) Project 8 -Inter-Governmental Support Agreement -OR- Public Involvement Management Strategy (provide one or the other) Project 9 -Energy Plan -OR- Climate Change Document (provide one or the other) Project 10 -Wetland Delineation -OR- Mitigation Plan (provide one or the other) All projects must have been completed within seven (7) years of publication of this solicitation announcement (see Block 22). At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. To demonstrate such performance, Offerors are to state the percentage of work they performed. If a proposed subcontractor also worked on the project, state the percentage of work it performed. If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors. For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Number (as indicated above), Type and the Offeror's role on the project. In Block 24, "cost" is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed. Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor. Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G. Factor 3. Work Management (SF330, Part I, Section H) In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team's breadth of knowledge and experience with managing project products, analysis, assessments, and studies support for Military, Civil Works, and Support for Others Programs. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 4. Past Performance (SF330, Part I, Section H) Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts. Factor 5. Capacity to Accomplish the Work (SF330, Part I, Section H) All Offerors are to clearly demonstrate the capacity to accomplish at least four (4) $500,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 6. Volume of DoD Contract Awards (SF330, Part I, Section H) Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award and completion dates, and dollar amount. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms. Interviews. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the A-E Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. SUBMISSION REQUIREMENTS: Interested A-E firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete bound paper copy and one (1) complete PDF copy on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF330 (Architect-Engineer Qualifications) proposal to: DEPARTMENT OF THE ARMY, MOBILE DISTRICT, CORPS OF ENGINEERS, CESAM-EN-TS, Attn: Cheryl Ayler 109 ST. JOSEPH STREET, MOBILE, AL 36602. The current edition of the SF330 as of the date of this Synopsis must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted. All Offerors responding to this solicitation MUST label the SF330 and the CD or DVD with their company name, solicitation number. All Offerors, to include JVs, submitting proposals shall obtain a DUNS number. Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to https://www.sam.gov/portal/public/SAM/. JVs are to include a fully executed JV Agreement with their proposal at Part II. Although there is no SB set-aside, JVs submitting as 8(a), if any, are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables and figures. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches (counted as one page) folded neatly to 8-1/2 inches by 11 inches. Do not use multi-column formatting. The paper copy and PDF copy on CD or DVD are to be organized as indicated below. Where information in the two formats conflicts, the information in the paper copy governs. Part I of the SF330 shall not exceed 60 pages, front side only, excluding tabs, separators and blank sheets, and shall be organized as follows: Tab A - SF330, Part I, Sections A, B, C and D. Tab B - SF330, Part I, Section E. Tab C - SF330, Part I, Section F. Tab D - SF330, Part I, Section G. Tab E - SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages, front side only, excluding tabs, separators and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: Tab F - SF330, Part II Tab G - Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.) OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN 2:00 PM CENTRAL TIME ON 18 OCTOBER 2018. The Agency will not accept any offers received after this time and date. To verify your submittal has been delivered, you may email Ms. Cheryl Ayler at: Cheryl.L.Ayler@usace.army.mil. The Selection Board is tentatively scheduled to commence on or about 23 OCTOBER 2018. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 02 October 2018, 2:00 PM Central Time to allow time for a response. On this date and time the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W9127818R0090. The Bidder Inquiry Key is: H63GME-FYEC96. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818R0090/listing.html)
- Place of Performance
- Address: USACE, Mobile District, MOBILE, Alabama, 36602, United States
- Zip Code: 36602
- Zip Code: 36602
- Record
- SN05091890-W 20180919/180917230958-67d307d981362369cc999aebd8f5c7bc (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 |