Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
MODIFICATION

C -- Architectural & Engineering Design Services for Fish Habitat Enhancement

Notice Date
9/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Bureau of Reclamation Pacific Northwest Region Regional Office Acquisition Management Division 1150 N. Curtis Road, Ste. 100 Boise ID 83706-1234 US
 
ZIP Code
00000
 
Solicitation Number
140R1018R0042
 
Response Due
8/31/2018
 
Archive Date
10/4/2018
 
Point of Contact
Aiken, Stephanie
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUALIFICATIONS FOR SPECIALIZED A-E SERVICES- BUREAU OF RECLAMATION Bureau of Reclamation, Pacific Northwest Regional Office, has a need for Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for Architectural and Engineering Services (A-E), Design Services for Fish Habitat Restoration. This procurement will result in a single award, IDIQ contract for multi-discipline A-E services for projects that support fish habitat improvement projects located throughout the Pacific Northwest Region (primarily in Idaho, Oregon and Washington). The IDIQ contract will be for an ordering period of five years. The guaranteed minimum for the contract term is $20,000. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to negotiate firm-fixed price task orders under this contract. However, the Government reserves the right to award other than firm-fixed price task orders if the need arises. There will be no dollar limit per task order and no dollar limit per year up to a maximum of $10,000,000 for the entire contract term. Estimated start date is November 2018. This acquisition is a Total Small Business Set Aside. The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit qualifications packages. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Architectural and Engineering Services. The Government seeks the most highly qualified firm to perform the required services. Selection of this firm will be made in accordance with the below selection criteria. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including, WBR 1452.209-80 Organizational Conflicts of Interest. The prime firm for this contract will be required to perform throughout the contract term. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site:   https://www.sam.gov.   Interviews may be scheduled with firms that rate as the most highly qualified. Firms selected for participation in interviews may be asked to clarify information contained in the SF-330 submittal. Elaborate presentations are not desired.   Architect and Engineer services that may be required under this contract include but are not limited to: Design-Bid-Build Construction Documents, cost engineering services including cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, program management, conceptual designs, geomorphic work and studies. This contract is to provide design services to support the habitat improvement projects is to support the Columbia/Snake Salmon Recovery Office ™s (CSRO) efforts to improve fish habitat in the Columbia and Snake River basins which are part of the Federal Columbia River Power System (FCRPS). The CSRO represents Bureau of Reclamation (Reclamation) as one of the three FCRPS Action Agencies (U.S. Army Corps of Engineers, Reclamation, and the Bonneville Power Administration) who, in response to Endangered Species Act (ESA) consultations, develop and implement a suite of actions to improve fish habitat in tributaries to the Columbia and Snake Rivers. Reclamation ™s Habitat Program provides technical assistance in coordination with local partners to improve habitat. The goal of this work is to improve conditions for salmon and steelhead listed under the ESA by improving flows and removing passage barriers to improve migration, improving spawning and rearing conditions as well as habitat enhancement activities which foster the naturalization of channels. These projects will be located within the states of Idaho, Oregon and Washington. Work will primarily include habitat complexity projects: 1-2 miles in length, on rivers with an average spring annual flow of 10,000cfs; with designs requiring multiple iterations, 1D and 2D modeling and reviews and buy-in from design teams, multiple stakeholders and private land owners.   WBR 1452.236-87 EVALUATION PROCESS AND FACTORS ARCHITECT/ENGINEER SERVICES - BUREAU OF RECLAMATION (SEP 2011)   (a) Award will be made to the responsible offeror submitting a proposal which conforms to the solicitation and is most advantageous to the Government considering the factors and any significant sub-factors listed in this provision. Direction set forth in FAR 36.6 will be followed. (b) Interested firms must submit their SF 330 documents to be considered for this contract. Firms submitting their SF330 will be evaluated on their experience, capabilities and qualifications to perform the required services. The evaluation criteria are listed below in descending order of importance. Criteria 1 through 4 are primary. (1) Professional Qualifications: The evaluation will consider education, registration, overall relevant engineering design experience with relevant projects, and longevity with the firm. (SF-330, Part I, Sections E & G) Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF-330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Firms must include the following key personnel: Project Manager, Quality Control Manger, Hydraulic Engineer and modeling, Geomorphologist, Civil Engineer, Structural Engineer, Surveyor, Cost Engineer (Certified Cost Professional or equivalent). Engineers and Surveyor must be licensed in their respective disciplines in Oregon, Washington and Idaho. Resumes are limited to one page each, single sided and must indicate: professional registration (including registration/certification number), certification, licensure and/or accreditation in appropriate disciplines; recent experience on project-specific work relevant to the services required under this contract; and proposed role in this contract. Indicate participation of key personnel in example projects in the SF-330, Part 1, Section G.   Firms must submit proof that they are permitted by law to practice the professions of architecture or engineering as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration.   (2) Specialized Experience:   The anadromous fish habitat improvement contract will require expertise in hydrologic/hydraulic engineering and numerical modeling, process geomorphology, stream rehabilitation, sediment transport analysis, anadromous fish habitat biology, aquatic ecosystem functionality, project planning, permitting, and project management.   Region is defined as Grande Ronde, John Day, Methow, Entiat, Wenatchee and Upper Salmon Basin. The Upper Salmon being the Main Salmon River and tributaries above the confluence with the Middle Fork of the Salmon and including the Middle Fork of the Salmon. For the purposes of this evaluation, similar types of projects are defined as follows: (i) Design of similar types of habitats in the region (ii) Design of projects involving the creation of construction phasing plans incorporated in the design (iii) Habitat improvement on rivers with an average spring annual flow of 10,000 CFS and above (iv) Habitat improvement projects that are more than one (1) mile All information for Factor 2 must be submitted in the SF-330, Part I, Section F. Experience in the last seven years of coordination and implementing large scale biological monitoring studies such as BACI effectiveness of projects, life cycle model development and use and other scientific studies related to ESA listed Salmonids should be highlighted. No more than five relevant design projects best demonstrating experience should be submitted. Within the five relevant design projects should demonstrate experience with design services of the following: a. One design of new habitat project. b. One design project for which the firm provided the full performance period of the project to construction.   For the projects include, in Section F the following information, date of project design completion (month and year), constructed or not constructed, project estimated construction value, project size, with sufficient and concise information to relay relevancy of the project. The projects provided must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Include a contract number and DUNS number along with each firm name. Joint Venture: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, at least one project must be submitted for each joint venture partner, not to exceed a total of five (5) projects.   Firms who are offering as a joint venture must include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm ™s elimination from further evaluation. (3) Capacity to Accomplish the Work in the Required Time:   Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants/subcontractors. Capacity to perform approximately $2,000,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Explain quality control program control processes and procedures proposed for this contract, specifically for the technical accuracy of and assurance of overall coordination of plans and specification, engineering and design services, provide quality control process chart showing inter-relationship of the management and team components. Describe how the firm ™s quality control program extends to management of subcontractors. (4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E will be considered. For each relevant contract or reference, the offeror is requested to provide: Agency/company and contact point, Period of Performance, Dollar value of contract, Contract number and type. (5) Knowledge of the Locality: The evaluation will consider the firm ™s knowledge of Grande Ronde, John Day, Methow, Entiat, Wenatchee and Upper Salmon Basin and river restoration. (6) Geographic Location of the firm: The most advantageous location would be nearest to Grande Ronde, John Day, Methow, Entiat, Wenatchee and Upper Salmon Basin. Geographic Location of the firm will only be used as a tie-breaker among technically equal firms. (c) Firms desiring consideration shall submit an original SF-330, Architect-Engineer Qualifications package, Parts I and II, along with one electronic copy on CD (using Microsoft Word (doc) or Adobe Acrobat (pdf). Firms shall also submit one (1) original and four (4) copies of the completed SF-330. DO NOT SUBMIT ANY PRICING PROPOSAL INFORMATION with the completed SF-330. (i) The SF-330 must be typed, one sided, at least 11-point Times New Roman or larger. Do not put information outside the form. Part I must not exceed seventy-five (75) single-sided 8.5 by 11-inch pages (the page limit does not include certificates, or licenses, nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of A/E firm registration) provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages must be numbered sequentially. (ii) The organizational chart may be one-page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables but must be legible).   (iii) Please include your DUNS and CAGE numbers in Block 30 of the SF-330. (d) After discussions are held with at least three of the most highly qualified firms, the selection authority shall forward a list of selected firms to the Contracting Officer, in accordance with FAR 36.6. The Contracting Officer may then initiate negotiations, and a request for proposal shall be forwarded, first to the most preferred firm on the list. Price proposal instructions included in this solicitation shall only apply to those firms with whom negotiations are initiated. Price proposal information shall be submitted only when specifically requested by the Contracting Officer. The last day to submit any questions will be 3:00 pm local time on September 12, 2018. Questions will only be accepted via email, saiken@usbr.gov. The five (5) hard copies and one (1) CD, that includes PDF copies of all the required documents, must be received 3:00 pm local time on October 4, 2018. Address packages to:   Bureau of Reclamation, Pacific Northwest Regional Office Attn: Stephanie Aiken/Contract Specialist 1150 N. Curtis Rd.   Boise, ID 83706 Electronic submissions will not be accepted.  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b312e2cab0a462efcb2f9c68d00265d6)
 
Record
SN05093956-W 20180920/180918230940-b312e2cab0a462efcb2f9c68d00265d6 (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.