Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
MODIFICATION

C -- Cathodic Protection and Corrosion Control Design Contract

Notice Date
3/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-13-R-0007
 
Archive Date
4/26/2013
 
Point of Contact
Marshall Burns, Phone: 843-329-8194, Walter Gordon, Phone: 8433298082
 
E-Mail Address
marshall.burns@usace.army.mil, walter.l.gordon@usace.army.mil
(marshall.burns@usace.army.mil, walter.l.gordon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912HP-13-R-0007 Amendment 1- Changes the the Submission date of the SF 330 Parts I and II from 27 March 2013 to 29 March 2013. All other terms and conditions remain unchanged. **** 1. CONTRACT INFORMATION: The Charleston District, U.S. Army Corps of Engineers has a requirement for Cathodic Protection and Corrosion Control, Various Locations Worldwide and intends to award one, one year Indefinite Delivery Indefinite Quantity Contracts for Cathodic Protection and Corrosion Control with options for up to four additional periods. This solicitation is to pre-qualify a short list of firms that will be asked to submit price proposals. The Scope of Work shall be outlined below for cathodic protection and corrosion control services worldwide. All work shall be in accordance with the provisions to this contract and with the Scope of Work provided with each Delivery Order. Charleston District will administer this contract. This Indefinite Quantity Contact covers a period not to exceed 365 calendar days from the date of contract award. Total Contract Award will not exceed 49 Million over a 5 Year Period. The Government has the option to extend this contract for up to four one-year options. The maximum Delivery Order amount shall not exceed $8,000,000. The minimum delivery order amount shall be less than $5,000. Procedures will be in accordance the specific Scope of Work incorporated into each Delivery Order, with Project Information which may be included in a DD Form 1391, or an Engineering Service Request (ESR), and with the most current Design Guide for A-E Firms. This contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See paragraph 3 for general information on the A-E selection process. Firms will be selected for negotiations based on demonstrated competence for selection criteria. Offerors are cautioned to read this announcement in its entirety. Contracts awarded as a result of this announcement will be administered by Charleston District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts. The Charleston District intends to award one Cathodic Protection and Corrosion Control Design Contract, however if the need arises additional contracts (a total of three) could be awarded and issued up to one year after selection approval. Typically, the contract will be for one basic ordering period and four option periods with a total contract limit of $49,000,000. Work will be issued by negotiated firm-fixed price task orders. Projects to be designed are not yet determined and funds are not presently available. The North American Industry Classification System (NAICS) 541330. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The purpose of this project is to perform Cathodic Protection and Corrosion Control, Various Locations Worldwide to include: 1. Engineering services and design for preparation of plans and specifications for construction documents, cost estimates, engineering investigations, studies, inspection, preparation of Operation and Maintenance Manual and associated at site, and Post Construction Award Services (PCAS), and minor repairs in support of investigations and designs for the cathodic protection and corrosion control projects, worldwide for DoD. 2. Preparation of Design-Build Requests for Proposals (RFPs) to be used by the Government for obtaining competitive bids for construction contracts, and preparation of Source Selection Criteria. 3. Engineering Site Investigations shall include, but not be limited to, the following: a. Field inspections and written evaluations of existing facilities b. Testing of Cathodic Protection systems c. Maintenance and minor repair of cathodic protection systems d. Replacement of ineffective Cathodic Protection components e. Supplementation/augmentation of improperly sized corrosion control engineering systems f. Direct assessment of underground or underwater facilities to determine extent and cause of corrosion g. Installation of new corrosion monitoring/test stations or soil access portals h. Training of activity personnel in the field of corrosion control, with emphasis on maintaining existing systems and environmental compliance i. Troubleshooting failures and devising remedies to correct ineffective systems, understanding of other engineering systems that can affect the isolation of cathodically protected structures such as electrical grounding systems 4. The A-E shall determine and prepare listings of all permits required for each project. The A-E may be required to submit applications, but will not be required to expend funds for fees for securing of permits. 5. The A-E may be required to provide design support of in-house design work being accomplished by the Government. Special Considerations: 1. Engineering Services may be required. 2. Design Quality Control Plans may be required. 3. Project Meetings and Special Presentations may be required. 4. Field Investigations may be required. 5. Field Surveys may be required. 6. Subsurface Investigations may be required. 7. Participation in Value Engineering studies conducted by the Governments VE consultant may be required. 8. The A-E's Resolution of Review Comments will conform to the most current A-E Guide. 9. Basis of Design Reports may be required. 10. Specifications will be in SPECSINTACT format. 11. Computer Graphics Design Database may be required. 12. Metric Units of Measurements for design and construction may be required. 13. Designer-to-FEAD(formerly the Resident Officer-In-Charge of Construction (ROICC)/BCE/COE reports may be required. 14. Designer-to-FEAD/BCE/COE Presentation may be required 15. Field Verification Prior to Construction (FVPC) may be required. 16. Construction Contract Support Services (CCSS), consisting of submittal reviews and office consultations, may be required. 17. Field Consultation During Construction (FCDC) may be required 18. Evaluation of Value Engineering Change Proposals (VECP) may be required 19. Preparation of Record Drawings from as-built marked prints may be required 20. Where applicable, Travel Costs, including subsistence, will be negotiated as a fixed lump sum under each task order. Travel costs associated with construction phase services will be negotiated as an option to the Government. 21. Operations and Maintenance Support Information (OMSI) may be required. 22. Preparation and obtaining all applicable Environmental Permits may be required. 23. Soil/Water Sampling and Reports may be required. 24. Poly-Chloride Biphenyls (PCBs) testing, including material sampling and testing, may be required to locate and quantify PCB containing materials. 25. Site Geochemical Evaluations may be required. 26. Corrosivity Studies providing evaluations of corrosion protection for the surveyed facilities may be required. 27. Corrosivity Study Reports identifying the results of surveys may be required. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Performance) is more important than Factor 2 (Capacity) which is more important than Factor 3 (Specialized Experience), which is more important than Factor 4 (Professional Qualifications) which is more important than Factor 5 (Location), which is more important than Factor 6 (Small Business Participation). Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in a work management plan(must be provided) to be considered by the Selection Board as a performance risk associated with that team not being co-located and the geographical proximity to the supported projects. (Listed in descending order of importance.) (1) PERFORMANCE: a) Past performance on contracts with DOD and private industry in terms of cost control, quality of work and compliance with performance schedules. b) The volume of work awarded by DOD during the previous 12 months will be considered. c) Performance ratings no later than five years old; d) Management approach, organizational chart should show inter-relationship of management and design team components, and specific quality control processes; e) A discussion of the control program process identifying individuals and their responsibilities of implementing the program. f) Past performance in utilization of small business concerns. (2) CAPACITY: a) Capacity of the firm and proposed design team to perform multiple projects concurrently within a reasonable minimum time limit as demonstrated by the team's history of successfully completing projects in compliance with performance schedules and providing timely construction support; b) Ability of the firm to sustain the loss of key personnel while accomplishing the work within the required time limits. (3) SPECIALIZED EXPERIENCE: a) Recent multi-discipline experience of proposed cathodic protection team should include engineering, Design Quality Control Plans, and other specialized experience on projects of similar scope and size to the work described herein; b) ability to conduct Project Meetings and Special Presentations; c) Experience in field investigations, surveys, and subsurface investigations; d) Participation in Value Engineering studies conducted by the Government VE consultant; e) The A-E's Resolution of Review Comments conforming to the most current A-E Guide; f) The ability to create basic Design Reports and prepare specifications in SPECINTACT format; g) Computer Graphic Design work completed in the last five years; h) Post construction contract award services on similar projects to ensure design and construction quality meets the requirements described in the work that they prepared. (4) PROFESSIONAL QUALIFICATIONS: a) A matrix of technical qualifications identifying the team member's assignment: team member's name, firm name, level and area of concentration (i.e., BS electrical engineering), location of professional registration including license number, states (of professional registration, identification of any API, AWS, NACE, ASNT, etc. certifications, number of years of professional experience and years with current firm, of experience of the firm's design team members (in house and/or consultants). b) Identification of any prior/active security clearances of all team members c) Identification of the number of teams (design, consultants, and joint venture partners) they have managed in the last five years. D) Knowledge of Navy and other DOD regulations through recent design experience. (5) LOCATION: a) Geographic location of the firm to ensure timely response to requests for on-site support; b) Knowledge of probable site conditions; and c) Knowledge of regulatory requirements that would affect projects. (6) SMALL BUSINESS PARTICIPATION: Degree of participation of all types small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 11:00 a.m., E.S.T. on 29 MARCH 2013. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5220. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. Technical Point of Contract: Carole Works at 843-329-8024 or email: Carole.A.Works@usace.army.mil; Questions concerning subcontracting plan: Henry Wigfall at 843-329-8088 or email: henry.wigfall@usace.army.mil; and Contractual Questions to: Marshall Burns at 843-329-8194 or email: Marshall.Burns@usace.army.mil; Questions concerning SF330; Marshall Burns at 843-329-8194 or email: Marshall.Burns@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc4fe8a2ea3905f06cf83d4f7b32fc8f)
 
Record
SN03019187-W 20130324/130322234852-dc4fe8a2ea3905f06cf83d4f7b32fc8f (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.