Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SOLICITATION NOTICE

C -- C--Architect-Engineering Services for SPR

Notice Date
9/9/2024 1:40:10 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
STRATEGIC PETROLEUM RESERVE NEW ORLEANS LA 70123 USA
 
ZIP Code
70123
 
Solicitation Number
89243524RCR000017
 
Response Due
10/21/2024 12:00:00 PM
 
Archive Date
11/05/2024
 
Point of Contact
Smith, Jeremy P., Phone: 504-275-4783
 
E-Mail Address
jeremy.smith@spr.doe.gov
(jeremy.smith@spr.doe.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE SOLICITATION PACKAGE TO DOWNLOAD. FEDERAL ACQUISITION REGULATION PART 36.6 (THE SELECTION OF ARCHITECTS & ENGINEERS STATUTE) SELECTION PROCEDURES APPLY. THIS IS A TOTAL SMALL BUSINESS SETASIDE. The Contractor will furnish Architect-Engineer (A-E) services in support of the Department of Energy (DOE) Strategic Petroleum Reserve's Project Management Office (SPRPMO) located in New Orleans, Louisiana. This is not a solicitation; there is no Request for Proposal (RFP) or Solicitation to download or request. A-E services in support of the SPRPMO are required for a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for various A-E tasks related to construction projects and renovation or modification of existing facilities. The task orders issued may include: (a) Title I (Preliminary Design) � preliminary design services such as conceptual design, material and cost estimates, and feasibility studies; (b) Title II (Definitive Design) � specifications and drawings; (c) Title III (Post Approved for Construction) � construction and fabrication inspection services. The Offeror must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14, �Limitations on Subcontracting.� This contract is being procured in accordance with 40 USC 1101 et. seq., currently titled �Selection of Architects and Engineers� (formerly known as the Brooks Act) and Federal Acquisition Regulations (FAR) Part 36.6. An Offeror will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. Services will include operations support and project engineering for new and existing facilities (including salt caverns in which crude oil is stored and withdrawn), along with the associated pipelines and terminals. The services will include the complete design, inspection, and support of the major maintenance program for the construction of new above and below ground facilities for the storage of crude oil. This will include, but is not limited to, distributed control systems, physical security systems, electrical power distribution systems, instrumentation systems, associated pipelines, crude oil distribution systems, brine disposal systems, tank farms, roadwork, and building construction. The Offeror will be responsible for items such as the development of conceptual designs and budgets, fire protection, environmental studies and reports, geotechnical services, and soils investigation. The Offeror must be capable of reviewing designs done by others, performing quality assurance audits, and executing any other incidental services which are to be performed in conjunction with the related projects. The work will involve sites primarily located in Louisiana and Texas but may also involve work in other states. SPRPMO intends on negotiating and awarding one Firm Fixed Price IDIQ contract, with a sixty-month ordering period; however, the Government reserves the right to award more than one IDIQ if it is deemed to be in the SPRPMO�s best interest based upon the responses received under this announcement. The total contract ceiling amount for award(s) made under this announcement, is $30,000,000, and the contract(s) will have a $10,000 minimum guarantee over the life of the contract. SELECTION CRITERIA: The evaluation criteria shall be as follows ranked, in order of importance noting that criteria one (1) is the most important criteria, criteria two (2) and three (3) are equal and each are twice as much as criteria four (4) and criteria four (4), five (5) and six (6) are of equal importance: (1) Specialized experience and technical competence in the type of work required. DOE will evaluate the quality, effectiveness, and completeness of the Offeror's ability to provide detailed engineering design services to support the operational readiness of crude oil storage sites/facilities. (2) Professional qualifications necessary for satisfactory performance of required services of the firm, staff, and sub consultants identified to work on the contract. Qualification statements should clearly identify the specialized qualifications and experience of those individuals anticipated to work on the contract that align with the type and scope of work to be performed. (3) Capacity to accomplish the work in the required time. DOE will evaluate each Offeror's ability to assign an adequate number of qualified individuals and keep them assigned to this project, including a competent supervising representative for support of the project taking into consideration the depth and size of the organization and the volume of workloads. (4) The Offeror's past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated with respect to cost control, quality of product/service, and compliance with performance schedules and business relations as determined from Contractor Performance Assessment Reporting System (CPARS) or a Past Performance Questionnaire (PPQ) evaluation for each project listed under Criterion 1. If a completed CPARS evaluation or other PPQ from another agency evaluation is available, it shall be submitted with the completed SF-330 package. If there is not a completed CPARS evaluation or another agency PPQ, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project. An Offeror shall not submit a PPQ when a CPARS evaluation is available. If a teaming agreement or Joint Venture (JV) is proposed, then subcontractor technical qualifications and past performance shall be counted in your evaluation. PPQs shall be provided for any JV or teaming members. Teaming agreement letters are required for any JV�s, Partnerships, as defined in FAR Subpart 9.6 - Contractor Team Arrangements, and Mentor Prot�g� participants. Submitted CPARS or PPQ evaluations will NOT be counted as part of the 50-page limitation and shall be attached to the SF-330 behind the SF-330 Part II document. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation process. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Commitment of company management in the project and its expected participation and contribution; proposed project organization, delegation of responsibility, and assignments of authority. DEADLINE TO SUBMIT QUESTIONS: The deadline for submission of questions, via email to spr017@spr.doe.gov by 2:00 p.m. CDT, September 23, 2024. SUBMISSION REQUIREMENTS: Offerors must submit their SF-330, Parts I and II, including a proposed organizational chart and narrative description of how the organization would function, by 2:00 p.m. CDT, October 21, 2024. RESPONSES RECEIVED LATER THAN THE IDENTIFIED DEADLINE WILL BE CONSIDERED �LATE� AND WILL NOT BE REVIEWED OR CONSIDERED FOR AWARD. The submitted package shall not exceed 50 single pages (25 if double sided). All pages, excluding the downloadable SF-330 form, shall be single spaced, using 12pt font, 1� margins, and when printed will fit on size 8.5� by 11� paper. The page limits identified above do not apply to cover pages, tables of contents, organizational chart, or CPARS/PPQ evaluations. Response pages that exceed the identified page limitation listed above shall not be evaluated and will be removed from the existing file. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Only electronic copies of the SF-330s will be accepted and must be emailed to Jeremy Smith, Contract Specialist, at spr017@spr.doe.gov Prior to award, an Offeror must be registered in the System for Award Management (SAM). Register via the SAM website at https://sam.gov/content/home. This is not a request for proposal. DOE reserves the right to exclude a selected Offeror from future considerations for construction and/or construction management functions for the work covered by this announcement and to limit or terminate the work at any time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/407bfa0504404a4d8324d5cbf05cc7c7/view)
 
Record
SN07203192-F 20240911/240909230113 (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.