Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

C -- A&E Services for planning requirements - RFP document

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-10-R-0018
 
Archive Date
5/6/2010
 
Point of Contact
Rick Vredenburg, Phone: 4155036986
 
E-Mail Address
rick.p.vredenburg@usace.army.mil
(rick.p.vredenburg@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP document Solicitation Number: W912P7-10-R-0018 1. CONTRACT INFORMATION. Architect-Engineer (A/E) services are primarily required for up to 3 ea Plan and Formulation & Environmental Planning Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price contracts. Summary : Services are required to perform Planning tasks for the U.S. Army Corps of Engineers (USACE) in the functional areas of Plan Formulation, Environmental Planning, and related areas to include items such as Feasibility Studies, Environmental Impact Statements/Reports, Environmental Assessments, and studies in support thereof. Work will primarily be for the San Francisco District of the USACE and include a potential range of water resources projects including ecosystem restoration, flood damage reduction, navigation, shoreline protection, and watershed planning as well as and all infrastructural planning studies for military and non-military projects. The contractor may be required to locate personnel up to full time in the office of the San Francisco District of the USACE. Additionally, technical studies in support of the former are also required. The required Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contracts support Civil Works and Military Planning projects that can be requested by all Department of Defense as well as other non DOD-Federal, State and Local agencies. A large portion of the required work will be performed within the bounds of the USACE San Francisco Districts boundaries in California and parts of southern Oregon; as needed. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles, and Albuquerque). Under the Interagency and International Services (IIS) Program, the San Francisco District is assisting many non -DOD, Federal, State and local government agencies. These agencies may require the A-E Contractor to perform services on, non- DOD federal and military projects throughout the world including the United States, U.S. territories, Europe, South and Central America, Africa, Middle East, Asia, Oceania, and elsewhere. This Indefinite Delivery Quantity Indefinite Quantity contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work as described below. A-E services are required primarily to support the in-house planning and design resources for civil works, military and federal projects. A specific scope of work and services required will be issued with each firm fixed price task order. The proposed services will be obtained by this negotiated firm fixed-price IDIQ contract as described above. It is planned to award up to three contracts under this solicitation, one contract will be awarded to a small business type firm (SB) and two will be awarded to an "other than small business" type firm (OTSB). To be selected, the small business firm must qualify within the top six firms in the ratings (see below). However if there are two SB firms ranked within the top four qualified firms, then two awards to SB firms will be made if the SB firms are rated above OTSB firms. The NAICS code is 541330 and the SIC code is 8711, with a small business size standard of maximum $4.5 million of average annual receipts for its preceding 3 fiscal years. 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. No one contractor will receive more than one award. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees may be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, current capacity to accomplish the ord er in the required time, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in April 2010 or earlier. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Contract awards regardless of business size will be for a one-year period for a total annual amount up to $2,000,000 for the base year and four one-year options in the amount of $2,000,000 annually. The total contract amount over 5 years shall not exceed $10,000,000. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (base year, and all option years) will be effective for one full year regardless of the early exercising of options. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. The guaranteed minimum for each contract shall be $5,000 for the base period only. There shall be no guaranteed minimum for the option periods, if exercised. If an,"other-than small business" is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 50.9% for small business. Out of the 50.9% to small business, 8.8% is for small disadvantaged business (subset to small business), 7.2% is for small business/woman owned (subset to small business), 2.9% for HUBZone small business (subset to small business) and 0.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). Any other than small business firm selected for this contract will be required to submit a detailed subcontracting plan not later than 20 days after the first Task order has been awarded. If the selected firm submits a plan with less than the Corps' recommended goals, it must submit, in writing, an acceptable rationale why the recommended goals cannot be met, which rationale indicates that at the time the selected firm submitted its SF330 there was genuine belief that the goals would be virtually met and planning proceeded accordingly. The Corps will negotiate the goals if it deems appropriate, and will vacate the selection if it deems the firm was disingenuous in representing itself as committed to high small business subcontracting goals at the outset. 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. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). For information go to http://www.ccr.gov and register from that webpage or go directly to the registration via the Internet Site http://www.ccr.gov/Start.aspx. Register to provide annual Representations and Certifications electronically via the BPN website 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 contract Task Orders awarded at or above $30,000, the USACE will evaluate contractor's 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 website: http://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. 2. STANDARDS: Engineering standards : The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard please go to: https://cadbim.usace.army.mil/default.aspx?p=s&t=18&i=17 It is the contractor's responsibility to deliver three dimensional drawings in the Bentley MicroStation V8 2004 Edition, version 08.05.02.27 or higher, electronic digital format. The Government will only accept the final product in full operational status, without the need for conversion or reformatting, in the Bentley MicroStation format -V8, 2004 Edition, version 08.05.02.27 or higher format on the target platform specified herein. The target platform is a Pentium 4.0 GHz, 512 MB Ram, and 40 GB Hard Drive with Microsoft Windows 2000 or Windows XP operating system. Advanced application software used in preparing drawings shall be delivered in versions compatible with MicroStation V8, 2004 Edition, version 08.05.02.27 or higher. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the Raster Reference Manager built into MicroStation V8, 2004 Edition, version 08.05.02.27 - or higher, or Bentley's IRAS/B 2004 Edition, Version 8.05.01.25 or higher electronic digital formats. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. - In addition to the format specified above, specification files shall also be delivered in Abode Acrobat Portable Data Format (PDF) or Postscript electronic digital format. Documents provided by the contractor to the Government must be compatible with MS Word 2000 or 2003 on the target platform. Spreadsheet products provided by the contractor to the Government must be compatible with Excel 2000 or 2003 on the target platform. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Microsoft Word Format. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board system (CBBS), (see http://cbbs.spk.usace.army.mil/index.html) and the DrChecks review comment management system (See https://www.projnet.org). Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system, MCACES, Second Generation, MII version 3.0C or higher software (software provided by Government). Report preparation standards: All documents shall be written in standard proper English generally conforming to a widely accepted style manual consistent with the product, for example, the Government Printing Office (GPO) style manuals. Note that there are additional specific requirements for NEPA and CEQA documents. The technical level of writing should be such that the material is fully understandable by a technical person without specific training in the field at hand but without compromising its value to the target audience. Submittals either not addressing contractual obligations or with extensive errors may be returned without complete reviews for revision at no additional cost to the government. Thus, the contractor is encouraged to use a professional editor or proofreader for all submittals. 3. PROJECT INFORMATION: Services to be performed under this contract will consist of, but are not limited to, the preparation of planning/feasibility studies reports or other pre-design documentation for USACE water resources projects involved with ecosystem restoration, flood damage reduction, navigation, shoreline protection, and watershed planning and all infrastructural planning studies (including environmental) for military and non-military projects. Should the need arise and the in-house design resources are partially or totally committed, the services may include the full spectrum of disciplines for all or portions of complete projects. For example, besides planning tasks and the development of various project alternatives, the A-E may be asked to provide all required engineering disciplines to prepare a complete design that results in the preparation of Plans, Specifications and detailed Cost Estimates for a Project that will be solicited to obtain a Construction Contract. Planning/Feasability studies, environmental reports and Engineering Services include the following as well as related efforts and activities: 1. General Planning tasks (a) Coordinating, advising, and/or leading an interdisciplinary team comprised of, but not limited to, USACE personnel. (b) Identifying problems, opportunities, constraints and objectives. (c) Establishing qualitative and quantitative project outputs (monetary and non-monetary benefits) and cost estimates to implement alternative plans. 2. Plan Formulation Tasks (a) Formulating measures and alternative plans. (b) Evaluating and comparing alternative plans. (c) Evaluating federal interest (NED and NER) for USACE water resources projects. (d) Preparing milestone conference documents. (e) Developing public and stakeholder involvement and consensus building activities. (f) Developing review plans. (g) Developing communication plans. 3. Environmental tasks (a) Preparing draft and final environmental documents (e.g., EIS, EIR, EA, FONSI) in compliance with USACE, federal and state agency policies and regulations where studies and projects are located. (b) Inventorying, forecasting, and analyzing future without- and with-project conditions. (c) Conducting and preparing supporting documentation (including written and mapping/GIS) for: (1) Biological surveys for threatened and endangered species, species of concern, vegetation, habitat and related surveys (2) Biological assessments (project specific and programmatic) (3) Coordinating Fish and Wildlife Service Planning Aid Letters and Coordination act Reports (including NMFS) (d) Habitat restoration analyses. (e) Evaluating hazardous, toxic, radiological waste (HTRW) site clearance phase I analyses for civil works projects. (f) Performing sediment suitability testing and related reporting and compliance for navigation and similar projects. (g) Performing air quality analyses (h) Preparing material for and obtaining water quality certifications for individual projects or for suites of projects. (i) Preparing material for and obtaining other permits, approvals, etc., including such things as Consistency Determinations form the California Coastal Commission, Bay Conservation and Development commission, and regional and local regulatory entities (j) Performing technical studies in support of the above. 4. Supporting Planning and other Civil Design/Engineering tasks: (a) Performing pre- and post-project surveys (e.g., dredging, and calculating volumes of dredged material) (b) Developing dredged material placement plans for projects or suites of projects (c) Applying GIS procedures and store, access, display and evaluate data information. (d) Performing geological, geomorphologic, and geotechnical analyses (e) Performing hydrologic and hydraulic analyses. (f) Designing structural measures (e.g., levees, channel modification, detention basins, pump stations, etc.) and non-structural measures (e.g., flood proofing, raising in place, etc.). (g) Designing projects as described in the project information, prepare plans specifications and a cost estimate required for the procurement of a construction contract. 5. Other tasks: (a) Economics tasks such as conducting benefit-cost analyses, incremental cost analyses, and related tasks in support of water resources planning such as determining ship calls at ports. (b) Performing and ensuring that USACE quality control/independent technical requirements are met; (c) Recommending plans for implementation. (d) Preparing draft and final planning reports and related engineering and technical appendices. (e) Performing cultural resources analyses. (f) Performing related technical studies in support of the above. (g) Preparing briefing materials (e.g., PowerPoint presentations, written documents, presentation posters) in support of any of the above. Other: The contractor's personnel performing specific tasks may be required to spend up to five days per week for extended durations in the USACE offices at 1455 Market St., San Francisco, CA. The contractor will have no internet access in the USACE office and would be required to provide a computer with wireless access. Compliance with Executive Order 13423 Section 1 : To the greatest extent practicable, the contractor shall conduct work in an environmentally, economically, and fiscally sustainable manner (Federal Register: Vol. 72, No. 17; Friday, January 26, 2007). The contractor shall state how this shall be accomplished. The contractor may also be asked to comply with Executive order Executive Order 13423 on sustainability (Tuesday, October 6, 2009) as more specific details are provided. 4. SELECTION CRITERIA. In accordance with FAR 36.602-1 -- In accordance with FAR The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (g) through (i) are secondary and will be used as tie-breakers among technically qualified firms. (a) Demonstrated Specialized Experience and Technical Competence in: (1) Current Corps of Engineers Civil Works Planning Guidance, Policies and Regulations concerning planning and formulation of Water Resources Reconnaissance, Feasibility, and Watershed Studies. (2) Demonstrated ability to evaluate and apply associated Engineering, Environmental, and Economic factors to the formulation and evaluation of alternatives to determine the Federal Interest (NED and NER) in Civil Works Projects. (3) Demonstrated success in researching, formatting, and preparing reports for Civil Works General Investigations and Continuing Authority Studies that comply with current Corps of Engineers guidance. (4) Demonstrated success in all aspects of NEPA, CEQA, and local/regional compliance (environmental impact statements, environmental impact reports, and environmental assessments; other compliance and environmental permitting). (5) Demonstrated success with all phases of coordination including gaining the trust and respect of stakeholders during preparation of Civil Works projects; including development and facilitation of public involvement programs, team meetings, internal briefings, presentations, and coordination with governmental entities and stakeholders; ( 6 ) Demonstrated success in consistently producing high quality, professional, documents, drawings, GIS products, etc. in an expeditious, cost-effective manner. (b) Professional Qualifications: Qualifications of personnel in the following disciplines: water resources project planning and plan formulation; civil, coastal, environmental, geotechnical, and hydraulic engineering; cost estimating, archeology; biology (wildlife and fishery); botany; terrestrial, aquatic, coastal, and marine ecology; economics; geology; geography; geomorphology (fluvial); hydrology; cartography/graphics; geographic information systems; public affairs; real estate appraisals; and stakeholder and consensus building; (c) Knowledge of the Locality: Geographical location and knowledge of environmental regulations of the states of California and Oregon; (d) Capacity: Demonstrate the capacity to accomplish multiple task orders concurrently within required time and cost limitations; (e) Past Performance: Past performance on DOD and/or other contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated; (f) Geographic Location: The location of the firm and its subcontractors with respect to the location of the San Francisco District; (g) Volume of Work: The total dollar amount of all DOD contract awards in the last 12 months will be considered as described in Fed Biz Ops Note 24; (h) Small and Small Disadvantaged Business Participation: The extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, Hub Zone and service disabled veteran related business in the proposed contract team, measured as a percentage of the estimated effort will be considered; and ( i ) the contractor's sustainability plan. 5. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities to perform this work are invited to submit TWO (2) completed SF 330 Part I (6/2004 edition) US Government A-E Qualifications for Specific Project for themselves and TWO (2) completed SF 330 Part II (June 2004 edition) for themselves and TWO (2) for each of their subcontractors to the office shown above, ATTN: A-E Administration Unit. The SF 330 shall not exceed 100 pages. 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. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 pm Pacific Standard Time (PST)) on 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. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. The Pre-Solicitation Notice for this acquisition will be available on the San Francisco District Contracting Division's Internet Home Page at https://www.fbo.gov/ for viewing. Any future amendments to the Notice will also be available for viewing from this web site. If you experience problems registering for the plan holder's list or have problems with viewing the Notice or amendments please contact Rick Vredenburg at 415-503-6986. It is important that you first go to this website, click on the advertised Notice/Solicitation you are interested in. POINT OF CONTACT: RICK VREDENBURG, (415-503-6986). Contracting Office Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 1455 Market Street San Francisco CA 94103-1398 Place of Performance: USA Engineer District, San Francisco ATTN: CESPN-CT, 1455 Market Street San Francisco CA 94103-1398 Country: U.S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-10-R-0018/listing.html)
 
Place of Performance
Address: USA Engineer District, San Francisco, ATTN: CESPN-CT, room 1741, 1455 Market Street, San Francisco, California, 94103-1398, United States
Zip Code: 94103-1398
 
Record
SN02093152-W 20100318/100316234752-14f49f8976a67e37140c767bf5140910 (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.