Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

C -- IDIQ A-E for American River Common Features Projects within the SouthPacific Division (SPD)

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0007
 
Response Due
3/22/2010
 
Archive Date
5/21/2010
 
Point of Contact
Donna Hammock, 9165575185
 
E-Mail Address
USACE District, Sacramento
(donna.s.hammock@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E Services under this contract will include the full spectrum of design disciplines on civil works projects in the Sacramento River Basin area, with an emphasis on the American River Common Features project, and the City of Sacramento urban area. This procurement is open to small and large business concerns. This procurement can award up to three (3) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) simultaneously. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under FSC Code C219; SIC Code 8711; and North American Industrial Classification System Code (NAICS) is 541330. The size standard for this code is $4.5 million. To be considered a Small Business under this NAICS Code, the respondents annual average revenue for the last three fiscal years cannot be more than $4.5 million. The contract will only encompass the American River Common Features, California project boundaries, and will only be utilized by the Sacramento District. This work will include all A-E necessary to complete task orders for studies and designs. A specific scope of work will be issued with each task order. Up to three (3) firms can be selected for award based on demonstrated competence and qualifications for the required work. Contract awards will be for one (1) base year from the date of award and will contain four (4) additional 12-month option years not to exceed $10,000,000 total contract value per each contract. The options may be exercised at the discretion of the Government and excess capacity maybe carried over to the next subsequent year. A minimum guarantee of $40,000 will be provided by the Government as legal consideration. Since up to (3) contracts can be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,000. FAR 16.505(b)(2) specifies exceptions to the fair opportunity process. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. Any subcontracts that are awarded that do not qualify under the Brooks Act shall be subject to the Service Contract Act (see FAR 22.10). If a large business is selected for a contract, it will be required to submit a detailed Small Business Subcontracting Plan with the fee proposal when it is submitted by the firm selected for award. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts assigned small business targets are 70%. This means that 70% of the subcontracted value must be targeted for small business concerns and their following subsets. The targets for the subsets are assigned as follows: 6.2% is for Small Disadvantaged Business; 7.0% is for Women-Owned small business; 9.8% for HUBZone small business; 3.5% for Veteran-Owned small business and 2.0% for Service-Disabled Veteran-Owned Small business. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at https://www.bpn.gov/ccr/default.aspx or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000 the USACE will evaluate contractors performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110-$125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: https://www.cpars.csd.disa.mil/. If the Contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army Contractor Manpower Reporting (CMR) requirement will be incorporated into this contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E Services under this contract will include the full spectrum of design disciplines on civil works projects in the Sacramento River Basin area, with an emphasis on the American River Common Features project, and the City of Sacramento urban area. The American River Common Features project area includes approximately 12 miles of the north and south banks of the American River immediately upstream of the confluence with the Sacramento River; approximately 33 miles of the east bank of the Sacramento River, extending from the Natomas Cross Canal (NCC) down to Freeport; approximately 5 miles of the south bank of the NCC, immediately upstream of the confluence of the Sacramento River; approximately 4 miles of the Pleasant Grove Creek Canal (PGCC); and approximately 8 miles of the Natomas East Main Drainage Canal (NEMDC). This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task order for studies and designs. A specific scope of work and services will be issued with each task order. Task orders to be issued under this contract may range in scope from a small study to a new project design. Project studies and designs could involve levees (30-feet and higher), floodwalls, cutoff walls (100 feet or deeper), seepage berms (up to 300 feet wide), pumping station relocations (1500 cfs capacity or higher), various mechanical gate structures, hydraulic flow control structures, bridges, operation and maintenance manuals, and flood damage reduction project/system risk based analyses. Additional studies may include, but not be limited to, evaluation of flood damage and risk, preparation of engineering analysis, acquisition of geotechnical (explorations), topographic and hydrographic data, material testing results, constructability reviews and environmental restoration to include wetlands development. Input may be required by the full range of disciplines including but not limited to: Project Management, civil, structural, electrical, mechanical, geotechnical, geology, seismology, hydraulic, hydrology, landscape architecture, cost engineering, topographic surveys, bathymetric surveys, Geographic Information Specialist, CADD operator, environmental specialist, and Certified Industrial Hygienist (CIH). Individual tasks orders may include maintenance and repair type work, and miscellaneous services associated with civil works projects. Construction phase services may also be required. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) Program participants, HUBZone Small Business, Small Disadvantaged Business, Woman-owned Small Business, Veteran-owned Small Business or Service Disabled Veteran-owned Small Business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: A. Specialized Experience and technical competence in: 1. The preparation of studies and/or designs for levee improvements within the Corps of Engineers American River Common Features project area. 2. The ability to conduct design analyses as described in Paragraph 2, as related to Civil Works projects. 3. Use of automated design systems described above in Paragraph 2 (M-CACES, CADD, SPECSINTACT, BIM and DrChecks). B. Qualified professional personnel in the key disciplines as listed in Paragraph 2. This evaluation factor will also consider education, training, registration, overall relevant experience to civil works projects and longevity with the firm. C. Past performance on contracts with respect to cost control, quality of work and compliance with performance schedule in relation to projects similar to the American River Common Features, California civil works project. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Location of the firm in the general geographical area of the Sacramento District office. F. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit FOUR (4) completed Architect Engineer Qualifications, Standard Form (SF) 330 (6/2004) which includes Part I-Contract-Specific Qualifications and Part II-General Qualifications for themselves and one for each of their subcontractors. Mail completed SF 330 to the office shown above, ATTN: Contracting, A-E Team. The SF 330 shall not exceed 150 pages, single sided, not counting any dividing page used to identify each SF 330 Section, on 8-1/2x11-inch, with a maximum of 3 oversize pages will be allowed (for organization charts, etc.). In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A generic quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Only responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions and emails will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINT OF CONTACT IS AS FOLLOWS: Mrs. Donna Hammock; phone number (916) 557-5185; and email address Donna.S.Hammock@usace.army.mil. Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 US Point of Contact(s): Donna Hammock, 916-557-5185 Email your questions to US Army Engineer District, Sacramento at Donna.S.Hammock@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0007/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02069384-W 20100221/100219234903-008673aa5d08130f370e2b4301b56af8 (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.