Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2020 SAM #6709
SOLICITATION NOTICE

C -- IDIQ Contracts for A/E Services; Engineering, Design and Associated Engineering Support Services for Bridge and Waterfront Facility Inspections

Notice Date
4/10/2020 1:21:40 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE20O0003
 
Response Due
5/11/2020 2:00:00 PM
 
Archive Date
05/26/2020
 
Point of Contact
Shelia R. Bradley, Phone: 6016317243
 
E-Mail Address
shelia.r.bradley@usace.army.mil
(shelia.r.bradley@usace.army.mil)
 
Description
This Pre-solicitation Notice is for interested firms to submit their SF 330. 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 Monday, 11-May-2020, 1600 hours, CST. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Up to three (3) indefinite delivery contracts may be negotiated and awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts over a five (5) year period. The contract period will be five (5) years from the date of contract award or exhaustion of the contract value of $12,000,000.00 for each contract. The work will be accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division (MVD) and other areas as needed to support the mission of the US Army Corps of Engineers. Work will be issued by negotiated firm fixed-price or labor-hour task orders. It is anticipated that the estimated workload for each performance period will be $1,200,000.00. The cumulative total of Task Orders issued over the life of the contract shall not exceed $12,000,000.00 for each contract awarded. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. This announcement is an unrestricted full and open competition. The small business size standard for engineering services is $16,500,000.00, NAICS code 541330. 2. PROJECT INFORMATION: The work consists of professional Architecture and Engineering (A-E) services for miscellaneous inspection, research and design of highway, railroad and pedestrian bridges for military and civilian loads as well as inspections, research, and design of bridges and waterfront facilities/structures such as piers, cargo areas, wharfs, bulkheads, docks, mooring dolphins, etc., for military and civilian loads. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, electrical, mechanical, surveying, mapping, CADD, and architectural design. Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs, and drawings shall be in English and/or metric units as directed by each task order or the contracting officer. 3. SELECTION CRITERIA: Selection will be based on the following criteria, which are in descending order of importance with A and B being of equal value. Criteria A through F are primary; criteria G is secondary and will only be used as a ""tie-breaker,"" if necessary. (A) Specialized experience and technical competence of the firm and consultants in the work described in items i-viii below. i) demonstrate worldwide bridge inspection experience in compliance with the CFR Title 23 Part 650, AR 420-1 and ER 1110-2-111; this shall include underwater bridge inspection requirements; ii) demonstrate worldwide waterfront facilities inspection experience in compliance with the following: 1. UFC 4-150-07: O&M � Maintenance of Waterfront Facilities, June 2001 2. UFC 4-150-08: O&M � Inspection of Mooring Hardware, April 2001 3. UFC 4-150-06: O&M � Military Harbors and Coastal Facilities. iii) demonstrate capability and experience in bridge analysis including: current load rating requirements (AASHTO�s Manual for Bridge Evaluation), and scour analysis (level I and level II); determining the Military Load Classification using foreign country design vehicles as well as using innovative state of the art analytical modeling, load testing and other experimental techniques; iv) demonstrate capability and experience in analysis of waterfront facility structural elements. v) demonstrate capability and experience in design and specifications of bridge and waterfront facilities and miscellaneous bridge and waterfront facility repair, upgrade, and operation and maintenance projects; vi) demonstrate an established team including a qualified bridge inspection team leader and technicians, as well as a qualified waterfront facility inspection team leader and technicians; because of the requirement to be admitted onto U.S. military installations worldwide, the contractor must be eligible to obtain a security clearance, and therefore, must be a U.S. citizen; vii) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a specified design file compatible format. (B) Professional Qualifications: The firm must employ qualified registered professional personnel in the following key disciplines: civil engineering, structural engineering, geotechnical engineering, hydraulic engineering, electrical engineering, mechanical engineering, and architecture. The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, 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 at the same time regardless of unexpected equipment breakdowns, and/or personnel problems; and complete work in a timely manner. (D) Knowledge of the Locality: Locality refers to military installations and civil works projects worldwide. (E) Past Performance: Consideration will be given to ratings and verifiable past performance on previous DoD contracts. (F) Volume of DOD Work: DoD contract awarded in the past 12 months, the greater the awards the lesser the consideration. (G) Small Business Considerations: Extent of participation of SB, SDB, historically black colleges and universities (HBCU), Women owned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and must demonstrate the ability to perform to the satisfaction of the selection team. v) Discuss any waivers or deviations that will be required. No waivers or deviations will be required vi) Discuss contract administration to include the involvement of the contracting officer�s representative and/or the Defense Contract Management Agency. (1) A Contracting Officer will be responsible for the overall administration of the contract for this requirement. This responsibility includes, but is not limited to, the source selection and award of this requirement, official written correspondence to the Contractor which may result in changes to this requirement, and the issuance of contract modifications for this requirement. (2) A qualified, full-time technical manager will be appointed as the Contracting Officer�s Representative (COR) for this requirement. The COR will be authorized to take action with respect to the following: (a) Verify that the Contractor performs the technical requirements of the contract in accordance with the contract terms, conditions and specifications. Specific emphasis should be placed on the quality provisions, for both adherences to the contract provisions and to the Contractor�s own quality control program. (b) Perform, or cause to be performed, necessary inspections and verify that the Contractor has corrected all deficiencies prior to acceptance of the required services. (c) Maintain liaison and direct communications with the Contractor. Written communications with the Contractor and other documents pertaining to the contract shall be signed as ""Contracting Officer�s Representative"" and a copy shall be furnished to the Contracting Officer. (d) Monitor the Contractor�s performance; notify the Contractor of deficiencies observed during surveillance, and direct appropriate action to effect corrections. Record and report to the Contracting Officer incidents of faulty or nonconforming work, delays or problems. Submit a monthly report concerning performance of services rendered under the contract. vii) Discuss the existing or planned management approach following contract award to include the tracking procedures or processes used to monitor contract performance. The Government will monitor the Contractor's performance under this contract using the quality assurance procedures specified in the Quality Assurance Surveillance Plan (QASP) contained in the Performance Work Statement (PWS). The Government's primary quality assurance procedures are based on quality assurance control checklist of the recurring critical output products of the contract and customer complaints. Some contract requirements may be monitored by use of Contractor reports. Other actions will be reviewed periodically (i.e., monthly, quarterly, and semiannually). ix) Include a milestone schedule which contains key points up to time of award. Milestone Schedule 4. SUBMISSION REQUIREMENTS: DO NOT hand deliver or mail your submissions. Interested firms must send one electronic copy (in pdf) of SF 330 for the prime and consultants to the following (2) email addresses; 1) MVKAECoordinator@usace.army.mil 2) Shelia.R.Bradley@usace.army.mil You must include the following in the subject line: ""New Bridge Inspections�Pre- Solicitation No. W912EE-20-O-0003"" Submissions are due on or before Monday, 11 May 2020 at 4:00 PM Central Daylight Time. Block E � Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages. Block H�Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. Include DUNS numbers in Block 9 for all firms listed in the SF 330. This is not a RFP. A fee proposal will be requested at a later date. 5. TECHNICAL INQUIRIES AND QUESTIONS: NOTE: Contractors must be registered in the System for Award Management (SAM) database (for information see http://www.sam.gov). Technical inquiries and questions relating to this pre-solicitation are to be submitted via bidder inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions five (5) days prior to due date in order to ensure adequate time is allotted to form an appropriate response and amend the pre-solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the bidder inquiry key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Approved answers to all timely questions will also be posted on the beta.SAM.gov in the form of a report generated from ProjNet as soon as the comment/question entering period is over and all answers are finalized. The pre-solicitation number is: W912EE20O0003 The bidder inquiry key is: PENDING Specific instructions for ProjNet bid inquiry access: 1. From the ProjNet home page linked above, click on quick add on the upper right side of the screen. 2. Identify the agency. This should be marked as USACE. 3. Key. Enter the bidder inquiry key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your first name, last name, company, city, state, phone, email, secret question, secret answer, and time zone. Make sure to remember your secret question and answer as they will be used from this point on to access the ProjNet system. 7. Click add user. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific instructions for future ProjNet bid inquiry access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your secret question and secret answer to log in. 2. From the ProjNet home page linked above, click on quick add on the upper right side of the screen. 3. Identify the agency. This should be marked as USACE. 4. Key. Enter the bidder inquiry key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click continue. A page will then open asking you to enter the answer to your secret question. 7. Enter your secret answer and click login. Once this is completed you are now logged into the system.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c16f79aa507047e5b5c36da6fcdb4ee9/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05617469-F 20200412/200410230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.