Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
SOLICITATION NOTICE

C -- Request for SF 330s; PAVER/PCASE Pavement Management System Implementation IDIQ(s); CONUS, Alaska and Hawaii (Small Business Set-Aside)

Notice Date
3/21/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-R-0027
 
Response Due
4/24/2012
 
Archive Date
6/23/2012
 
Point of Contact
Edward Jackson, 402-995-2087
 
E-Mail Address
USACE District, Omaha
(edward.j.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. [NOTE: Disregard the above description language. This announcement is not for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement is being posted as a 'combined synopsis/solicitation' so that an attachment can be uploaded with the announcement.] Request for SF330s PAVER/PCASE Pavement Management System Implementation IDIQ(s) CONUS, Alaska and Hawaii Small Business Set-aside THIS IS AN A-E ANNOUNCEMENT. NO FURTHER DOCUMENTATION WILL BE PREPARED OR PROVIDED. Announcement Section A - General Information i.Solicitation W9128F-12-R-0027 is RESTRICTED TO SMALL BUSINESS PARTICIPATION ONLY under NAICS Code 541330. The size standard for NAICS Code 541330 is $14 Million. A firm's size status at the time response is received is subject to Contracting Office's verification (through the Central Contractor Registration (CCR) database, or by other means). The Government intends, after successful negotiations with the most qualified firms, to award up to three (3) Indefinite Delivery, Indefinite Quantity (IDIQ)-type contracts for PAVER/PCASE Pavement Management System Implementation at locations throughout the Continental United States (CONUS), Alaska and Hawaii. These contracts are being procured in accordance with the Brooks Act (reference 40 USC 1101 et seq.; as implemented in FAR Subpart 36.6). Work stated will occur on various civil works and military installations within CONUS, Alaska and Hawaii. Firms responding to this announcement must, if work is on a military installation, be able to pass all security checks, have proper insurance and meet all other regulatory requirements necessary to gain access to military installations. Contracts will be available for use by Department of Defense (DOD) agencies within CONUS, Alaska, and Hawaii, as assigned by the USACE Transportation Systems Center of Expertise. ii.Work under a resultant contract from this announcement will include implementation at various civil works and military installations and maintenance of the Corps of Engineer's PAVER / PCASE Pavement Management System. The types of services may include, but are not limited to: (1)Provide assistance to DOD installations for the implementation of the PAVER/PCASE Pavement Management System. (2)Pavement network definition and inventory. (3)Creation and manipulation of CADD files and Geographic Information System (GIS) shape files. Translation of data files between AutoCAD, Microstation, and GIS shape files. (4)Collection of work history data. (5)Inspection of airfield and roadway pavements and identification of pavement distresses using both manual and automated techniques. (6)Input of inspection data into PAVER and development of Pavement Condition Index (PCI), Structural Condition Index (SCI), and Foreign Object Debris (FOD) Index. (7)Pavement Maintenance and Rehabilitation (M&R) work planning. (8)Preparation of PAVER/PCASE Implementation reports and drawings. (9)Provide outbriefing and PAVER/PCASE training of installation personnel. (10)Testing, maintenance and update of PAVER/PCASE software. All computer software developed (including source code) or computer software purchased under this contract shall remain the property of the U.S. Government. All Contractor employees (U.S. citizens and Non-U.S. citizens) working under this contract who require access to Automated Information Systems (AIS), (stand alone computers, network computers/systems, e-mail) shall, at a minimum, be designated into an ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. (11)Non-destructive testing of pavements using a Falling Weight Deflectometer. (12)Design of small pavement projects. Announcement Section B - Selection Criteria (Evaluation Factors) and Related Submission Requirements i.The thirteen (13) selection criteria (evaluation factors) are listed below in descending order of importance. Offerors should submit and demonstrate the following areas of expertise and capabilities to be evaluated as part of the selection process: (1)Recent experience with PAVER implementation projects using the PAVER software. The Offeror shall submit no more than four (4) examples of PAVER implementation projects using the PAVER software completed within the past five (5) years from the date responses to this announcement are due. (2)List of firm's current personnel who have received PAVER software training within the past five (5) years from the date responses to this announcement are due. Training received, by employee, shall be described (e.g. with dates, course content, location, method of delivery, training provider), and successful completion of such shall be evidenced by a training completion certificate or some other form of documentation verifying such, if available. (3)Recent experience in using automated data collection systems to collect pavement images, rutting and roughness as part of PAVER implementation or the implementation of other pavement management systems. Offeror shall submit no more than four (4) examples of projects for this type of work completed within the past five (5) years from the date responses to this announcement are due. (4)Experience programming PAVER software. (5)Recent experience on projects using PCASE software. The Offeror shall submit no more than four (4) examples of PCASE software projects completed within the past five (5) years from the date responses to this announcement are due. (6)List of firm's current personnel who have received PCASE software training within the past five (5) years from the date responses to this announcement are due. Training received, by employee, shall be described (e.g. with dates, course content, location, method of delivery, training provider), and successful completion of such shall be evidenced by a training completion certificate or some other form of documentation verifying such, if available. (7)Experience programming PCASE software. (8)Recent experience conducting Falling Weight Deflectometer non-destructive testing of pavements. The Offeror shall submit no more than four (4) examples of projects for this type of work completed within the last five (5) years from the date responses to this announcement are due. (9)Professional qualifications and specialized experience resumes in providing services similar to any and all of those described in this announcement for the proposed team members (including all subcontractors/subconsultants) in the following disciplines: Project Manager Senior Civil Engineer Junior Civil Engineer Engineering Technician Junior Engineering Technician Senior PAVER/PCASE Systems Analyst Junior PAVER/PCASE Systems Analyst CADD/GIS Technician Cost Estimator Persons having signature authority on technical documents (reports, drawings, studies, etc.) shall be licensed professional engineers. (10) Capacity to accomplish a major project ("major" defined as a project with cost >= $500,000, inclusive of a period of performance <= six (6) months), including the ability to complete more than one work (delivery/task) order at a time. A minimum of two (2) PAVER implementation teams composed of two (2) individuals on each team will be required. (11)Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors/subconsultants (if applicable), specific quality control plan used, and an organizational chart showing the inter-relationships of management and various team components (including subcontractors/subconsultants). (12)Past performance on contracts with respect to cost control, quality of work and compliance with performance schedules. Submit past performance ratings for each of the projects that the Offeror includes in its proposal for other selection criteria/evaluation factors set forth herein in Announcement Section B. a.Priority of past performance information requested: 1.) If available, submit Architect-Engineer Contract Administration Support System (ACASS) Performance Evaluations ratings. 2.) For projects which were designed for other government entities, submit the performance appraisal sheets used by that government entity if available. 3.) For projects not covered in the ACASS database or by other governmental performance appraisal sheets, submit a Past Performance Questionnaire (PPQ) (see c. below for information regarding PPQs). b.ACASS Evaluations Firms are requested to retrieve their ACASS past performance information directly from the Past Performance Information Retrieval System (PPIRS) at http://www.ppirs.gov. PPIRS is an electronic repository of performance information collected by all the major federal performance reporting systems. Logging onto PPIRS will require the following: All firms must have purchased and installed a Public Key Infrastructure (PKI) certificate. If you do not have this certificate, you cannot access your information. Additional information about the PKI certificate is posted in red at the top, center portion, of the http://www.ppirs.gov web page. You will also need your DUNS number and Marketing Partner Identification Number (MPIN) to log onto PPIRS. The MPIN number was selected by whoever registered your firm in the Central Contractor Registration database at http://www.ccr.gov. If you do not know your MPIN number, you will need to contact the CCR help desk by emailing them from the email link on the http://www.ccr.gov/help.asp web page. Please be aware that they will only release the MPIN number to the person who originally registered your firm. There are two other ways to obtain a copy of ACASS evaluations as follows: (1) Contact your government point of contact for the project you mentioned, and ask them if they can send you a copy, or (2) Apply for "Contractor Corporate Senior Management Representative" access on the following ACASS web page: http://www.cpars.csd.disa.mil/. This type of access is issued to only one person within the firm, typically a member of senior management. In addition to access to your completed ACASS performance evaluations, you will also be able to view status of evaluations which have not yet been completed. Following receipt of your faxed application request, you will be emailed a logon and access instructions. This type of access will only let you see ACASS information, so it is not as complete as PPIRS access which allows access to evaluations prepared by non-DOD federal agencies, as well as the DOD agencies which use ACASS. Be aware that you will also need to have a PKI certificate to access the ACASS system. This is a DOD requirement. c.Past Performance Questionnaire (PPQ) The Past Performance Questionnaire is provided for the offeror (available as a download with this announcement - see the "Packages" tab) or its team members to submit to the client. The Past Performance Questionnaire should be completed by an owner or owner's representative not affiliated with your firm. Ensure correct phone numbers and email addresses are provided for the client point of contact. Completed Past Performance Questionnaires should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other RFPs; however, they may be submitted in full text if they exist (i.e. offerors are not required to re-obtain PPQs for the same project). PPQs already in the possession of Offerors may be on other/previous versions of PPQs. New PPQs must only be obtained on the form available for download with this announcement and submitted for projects for which the Offeror does not already have a completed PPQ, in one version or another (and, again, PPQs are only required if ACASS or other governmental performance appraisal sheets are not available for submission with the Offer - see a. above). d.Government Utilization of Alternate Information Sources for Past Performance The Government will assess the past performance on projects submitted and reserves the right to conduct telephone interviews with points of contact identified in the proposal or to review personal knowledge. In addition, the Government may review any other sources of information for evaluating past performance of the Offeror on the submitted projects and any other previous work. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. (13)Volume of Department of Defense (DOD) contract awards the Contractor has received and has active actions on in the last twelve (12) months. Announcement Section C - Ratings and Definitions i.The following ratings will be used to evaluate documentation submitted by offerors (note that documentation submitted for evaluation in response to this announcement may be referred to throughout this announcement as an "offer", "proposal", or "response" - all of which are representative of the SF330 information being requested by this announcement): Exceptional - The offer exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor. Strengths are present indicating maximum benefit to the government and no weaknesses, significant weaknesses or deficiencies are indicated. Above Average - The offer exceeds the scope of the announcement requirements in many aspects of the particular factor. Strengths are present indicating significant benefit to the government. The proposal may have weaknesses that have no impact on the proposal as a whole and do not require correction. Average - The offer matches the scope of the announcement requirements of the particular factor. There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government, or they may be offset by weaknesses. Any weaknesses noted have only a minor impact on the proposal and are easily correctable. Marginal - The offer matches some, but not all, of the announcement requirements of the particular factor. There may be limited or individual strengths, but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses and/or deficiencies. Weaknesses, significant weaknesses and/or deficiencies are correctable without major revision to the proposal. The Government may still receive benefit from the offer submitted. Unacceptable - The offer fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor. There are no strengths. The offer contains multiple weaknesses, significant weaknesses and/or deficiencies, which are all correctable only with major revision to the proposal. A proposal that receives a final rating of "Unacceptable" for any factor may not be considered for award. Neutral - In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated either favorably or unfavorably on past performance. ii.Definitions: Strength - Any aspect of a proposal that, when judged against a stated evaluation factor, enhances the merit of the proposal or increases the probability of successful performance of the contract. Weakness - A flaw in the proposal that increases the risk of unsuccessful contract performance. A "significant weakness" in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Announcement Section D - Submission Instructions, Selection Process and Additional Information i.Eligible interested firms having the capabilities to perform this work must submit ONE (1) ORIGINAL AND TWO (2) COPIES, each containing Parts I and II of the SF330 information for the prime firm and all subcontractors/subconsultants (as necessary), as directed with respect to time, date, place of receiving proposals and acceptable methods of delivery identified in item iii. of this Announcement Section D. Part I, Part II and Sections of the submitted SF330 information (reference SF330 instructions for definitions of Part I, Part II and Sections) of each copy shall be separated by tabs (dividers) and clearly marked. Part I, Section H shall include all information requested per this announcement that does not reasonably fit, in the offeror's best estimation, into any other Sections of SF330 Part I or Part II. FOR THE PRIME OFFEROR, PROVIDE THE FIRM'S DUNS NUMBER AND CAGE CODE IN SF330, PART I, BLOCK B, BOX 5. FOR SUBCONTRACTORS/SUBCONSULTANTS, PROVIDE THESE FIRMS' DUNS NUMBERS AND CAGE CODES IN SF330, PART I, BLOCK C, BOX 9. All proposers, including joint-ventures, must be registered in the Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/ and have completed their Online Representations and Certification Application (ORCA) at https://orca.bpn.gov/. All proposals submitted will become, upon receipt, the property of the U.S. Government and will not be returned. After evaluation of proposals, the original will be retained for the official contract file. Extra copies of the awardee's proposal may be provided to other offices for carrying out contract administration functions. Any extra copies of proposals deemed unnecessary by the government will be destroyed. ii.Upon completion of evaluation of the SF330s received, a short list of most qualified firms will be determined. Until selection is completed, there will be no notification of any type to proposing firms. Once the short list is approved by the Source Selection Authority, those firms that did not make the short list will be promptly notified. There will be up to three (3) contracts awarded as a result of negotiations. Each contract will have a period of performance (i.e. ordering period) of five (5) years from the date of basic IDIQ contract award and $5 million in capacity. iii.Completed SF 330 information must reach the Contracting Division Offices not later than 2:00 p.m. (Central/local time) on Tuesday, 24-Apr-2012. All questions concerning this announcement should be addressed to Edward Jackson, Contract Specialist, by email at edward.j.jackson@usace.army.mil. The packaging that contains the response materials must be SEALED and MARKED: "Response to Announcement No. W9128F-12-R-0027; to be opened by Contraction Division personnel ONLY." The date that responses are due shall also appear on this packaging marking. If submitting by mail, offers should be sent to: U.S. Army Corps of Engineers, Omaha District ATTN: Edward Jackson (CECT-NWO-M) 1616 Capitol Avenue Omaha, NE 68102-4901 Hand-carried proposals will also be accepted. On the date specified and for thirty (30) minutes prior to the specified time, a Contracting representative will be in the lobby of the building at the above address to receive offers. Containers (e.g. envelopes, packages, boxes) will be screened for security purposes. Hand-carried means the individual must be able to carry on their person. If due to size or volume, packages or boxes need to be wheeled in on a cart or dolly, you will be required to go to the dock area located on the northeast side of the facility. After inspection and screening, you will be allowed in the building after presenting valid photo identification. At the offer due date/time specified above, it will be announced that receipt of proposals is closed. Official time will be established by a clock designated by the Contracting representative receiving hand-carried proposals, to be located in the area of proposals being received. Recent terrorist threats have resulted in more time-consuming sign-in and escort procedures and may impact the timely delivery of offers. This instruction shall also apply to those proposals delivered through a delivery or parcel service. NOTE: No parking on the street in front of the facility entrances will be allowed. Passenger vehicles will need to locate parking meters or parking garages before delivering proposals. Delivery trucks must go to the dock. The vehicle will be inspected and packages screened at the dock. After inspection and screening, the delivery person will be allowed into the building. Requests for in-person visits for the purpose of discussing this announcement will not be scheduled. Please continue to monitor FBO (www.fbo.gov; solicitation ID: W9128F-12-R-0027) for changes to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-R-0027/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02701837-W 20120323/120321234753-4d285f294416e36b9a199a0882bba008 (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.