MODIFICATION
C -- Small Business Set-Aside Civil Works A-E Services IDIQ - Sample PPQ - Q&A - 4 Oct 2018
- Notice Date
- 10/4/2018
- Notice Type
- Modification/Amendment
- 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
- W912DW18R0035
- Point of Contact
- Alex R. Marcinkiewicz, Phone: 206-764-3773, Monique Paano, Phone: 206-764-6084
- E-Mail Address
-
alex.r.marcinkiewicz@usace.army.mil, monique.a.paano@usace.army.mil
(alex.r.marcinkiewicz@usace.army.mil, monique.a.paano@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Q & A - 4 Oct 2018 Sample PPQ A-E Services IDIQ for Civil Works Projects Amendment 1 - Included additional information to Criterion E about the total page count. General Information Document Type:Pre-Solicitation Notice Solicitation Number:W912DW18R0035 Posted Date:28 September 2018 Original Response Date:29 October 2018 Current Response Date:29 October 2018 Contracting Office Address U.S. Army Corps of Engineers, Seattle District ATTN: CENWS-CTB, Alex Marcinkiewicz 4735 East Marginal Way South Seattle, WA 98134 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 Districts in the Northwestern Division and throughout the United States. 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 only allow for firm fixed price 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 small business concerns. For the purposes of this procurement, a concern is considered a small business if its annual gross receipts are $15M or less. 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: The work to be performed under this contract primarily consists of miscellaneous water resource civil works engineering, design, and engineering during construction in areas serviced by the Seattle District. 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 is 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 team in executing civil works projects relevant to the NWS primary civil works mission areas of water resources management, which are listed in order of decreasing importance: 1.Engineering and design for bid-ready (design-bid-build and design-build) plans and specifications to repair, replace, or renovate subsystems of existing water resource operating projects (e.g., pumps, electrical systems, control systems, buildings, other support facilities). 2.Evaluation and design for localized flood control structures or systems, ecosystem restoration features, and shoreline stabilization and erosion control. 3.Projects that include design-related planning (e.g., financial/cost analyses, alternatives and feasibility) for Civil Works water resources-related projects. Additional considerations: a.Projects in which the Prime/JV and its subconsultants demonstrated prior project experience working together in significant prime/subconsultant roles may be evaluated more favorably for this criterion. b.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. c.Completed projects performed within the NWS civil works boundaries may be evaluated more favorably for this criterion. d.Support services during construction (demonstrated in one or more of the following areas, in decreasing order of importance: specialty submittal review, engineering inspections, requests for information, change order support) may be evaluated more favorably for this criterion. The team is defined as the Prime/JV and all subconsultants. 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 may be evaluated more favorably. 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 in the order they are presented in the SF330. 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. Provide a maximum of two (2) resumes for Key Personnel for the disciplines identified below with the exception of the Project Manager, which a maximum of three (3) resumes may be provided. If additional resumes are provided beyond the number requested, the Government will review the maximum number requested in the order they are presented in the SF330, and the others will not be evaluated. Do not generalize professional registrations or certifications, but rather provide specific details. All disciplines, except those noted below, require an applicable professional license, registration, or certification. For the purpose of this criterion, a foreign license, registration, or certification will be evaluated less favorably. The education, training, professional registration, proposed job title, and overall relevant experience of key personnel will be considered. Experience is considered relevant if similar to the specialized experience described in Criterion A. Where more than one individual (resume) is designated for any discipline, the cumulative qualifications of all resumes within that discipline will be considered, provided all designated key personnel will be utilized in this contract. An individual can only support one discipline (i.e., an individual cannot submit resumes for multiple disciplines). 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. •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 function code (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)Civil Engineer (fc 12; professional engineer (PE) required); (4)Structural Engineer (fc 57; PE required); (5)Hydraulic Engineer (fc 32; PE required); (6)Geotechnical Engineer (no fc; PE required); (7)Mechanical Engineer (fc 42; PE required); (8)Electrical Engineer (fc 21; PE required); (9)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); (10)Biologist (fc 07). The basis of the evaluation will be the information in Sections E, G, and H of the SF330. PRIMARY CRITERION (C) KNOWLEDGE OF 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 Sections H of the SF330. 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 its 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) 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. The offeror may also include past performance information (Past Performance Questionnaires) for the 10 example projects described in Section F. This past performance information may be included as an appendix that will not count toward the total page count limit. 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. If there is any conflict in past performance records, CPARS is the official record. 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 single confidence rating. 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. The following secondary criterion will only be used as a tie-breaker among technically equal, most highly qualified firms. The secondary criterion will not be co-mingled with the primary criteria in the evaluation. The secondary selection criterion is listed below. SECONDARY CRITERION (F) 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 affecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Businesses and Small Disadvantaged Businesses). 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 Monday, 29 October 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:Alex Marcinkiewicz and Monique Paano, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTC) 4735 East Marginal Way South, Bldg #1202 Seattle, WA 98134-2385 MAIL:Alex Marcinkiewicz and Monique Paano, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTC) PO Box 3755 Seattle, WA 98124-3755 Note: Commercial Carriers will not deliver to PO Boxes. HAND DELIVERY:Alex Marcinkiewicz and Monique Paano, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District (CENWS-CTC) 4735 East Marginal Way South, 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. Potential offeror may request for their existing SF330 on file with the U.S. Army Corps of Engineers, Seattle District to be evaluated for this announcement, provided the SF330 is less than one (1) year old. The offeror must send an email to the Contract Specialist (alex.r.marcinkiewicz@usace.army.mil) and (monique.a.paano@usace.army.mil) stating: "Use [firm's] existing SF330, which was originally submitted for [solicitation number], on file for evaluation for this announcement." Submit all questions, in writing only, to Alex Marcinkiewicz (Contract Specialist) and Monique Paano at alex.r.marcinkiewicz@usace.army.mil, monique.a.paano@usace.army.mil. Questions must be submitted no later than 19 October 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/W912DW18R0035/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Seattle District, 4735 East Marginal Way South, Seattle, Washington, 98134, United States
- Zip Code: 98134
- Zip Code: 98134
- Record
- SN05115356-W 20181006/181004230658-955b0f997b611e6dbbd007e7103f0774 (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 |