Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2013 FBO #4194
SOLICITATION NOTICE

C -- Indefinite Delivery Contracts (up to four (4)) for Multi-Discipline Architect-Engineer (AE) Services in Support of the Baltimore District Corps of Engineers at the Washington Aqueduct Division.

Notice Date
8/3/2012
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-R-0003
 
Response Due
9/5/2012
 
Point of Contact
andrei tobias, 4109623131
 
Small Business Set-Aside
N/A
 
Description
1. The proposed procurement includes up to 3 Unrestricted and one (1) Small Business set aside awards. NAICS Code: 541330, Size Standard is $14.0 M. The resultant contracts will be Indefinite Delivery Indefinite Quantity contracts with Fixed Price pricing arrangements for all task orders. The Government will select up to four firms as a result of this advertisement. The Government will select up to three firms from an Unrestricted competitive pool for a Multiple Award task order contract with a shared capacity of $7,425,000.00. The Government will select one firm for a Small Business Set Aside award with a capacity of $2,475,000.00. A maximum of Four (4) Indefinite Delivery Contracts will be awarded in support of the Baltimore District Corps of Engineers at the Washington Aqueduct Division (WA) and throughout the Baltimore District. 2. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Architect-Engineer (AE) Act as implemented by FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Four (4) indefinite delivery contracts will be negotiated and awarded for a three year period. Work will be issued by negotiated Fixed-Price task orders. The wages and benefits of service employees (see FAR 22.10) performing services under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The firm must be capable of responding to and working on multiple, large task orders concurrently. Task orders will be awarded based on the A-E's current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous installation experience, including customer satisfaction, and performance and quality of deliverables under the current and similar indefinite delivery contracts (IDC). All work will be related to WA operations and facilities. 3. PROJECT INFORMATION: Includes a broad range of planning, engineering design and support activities. Services shall include, but are not limited, planning; design; studies; investigations; process evaluations; facility evaluations; analysis; compliance activities and training in all of the following areas: Regional Coordination of Joint Use Water Sources and Studies; Master Planning for Water Treatment Facilities; Regulatory Compliance Related to Drinking Water; Environmental Compliance including, but not limited to, National Environmental Policy Act (NEPA), Emergency Planning and Community Right-to-Know Act (EPCRA), Clean Air Act (CAA), Clean Water Act (CWA), Historic Preservation, U.S. Environmental Protection Agency (USEPA) Standards, DC Department of the Environment Standards and Maryland Department of Environment (MDE) Standards; Drinking Water Quality and Treatment Technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; infrastructure; Civil Design; Geotechnical Investigations and Design; Architectural Design; Structural Design; Mechanical Design; Electrical Design; Control and Instrumentation Design (SCADA); Computer Aided Drafting and Scanning; Cost Analysis and Estimating; Surveying; Facility Security; Energy Management, Public Information Communication; Water Treatment Plant (WTP) Operations and Maintenance (O&M) Support; Facility Staff Support Training 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-507, and PL 99-661. The Small Business subcontracting plan target goals for this procurement is 50% of the total subcontracting dollar value/dollars to be subcontracted out, 17% with Small Disadvantaged Businesses (to include 8(a) & Historically Black Colleges and University (HCBU) or Minority Institution (MI) participation), 18% with Women Owned Small Businesses, 10% with HUBZone Small Businesses, 4% with Service-Disabled Veteran-Owned Small businesses, and 8.5% with Veteran-Owned Small Businesses. The subcontracting plan is not required with this submittal. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 5. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: Primary Selection Criteria: A. The firm must demonstrate specialized experience and technical competence in: (1) Expertise in water treatment technology; (2) Preparation and development of engineering studies, design and construction documents for capital projects and to professionally seal plans and specifications; (3) Design of renovations to existing facilities (with limited new construction) of various types and sizes related to water treatment plants (WTP) and their appurtenant facilities; (4) Experience with large task order contracts and ability to handling multiple large task orders simultaneously, and producing quality work, within the required time and the project budget; (5) Application of construction cost controls through appropriate design and construction techniques on complex projects during fluctuating markets to ensure projects remain within budget; (6) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (7) Geographic location. This criterion will take into account the location of the firm, which must establish an office staffed by a principal within 75 miles of the Baltimore District, Washington Aqueduct Division (WA) Office. WA office is located at 5900 MacArthur Boulevard, NW, Washington DC 20016; (8) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (9) Experience with the preparation of NEPA documents; (10) Experience with the preparation of environmental documents related to water treatment facilities, including CAA, CWA, asbestos and lead paint surveys; (11) Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction; (12) Experience with energy management investigations and analysis; (13) Experience with storm water management and erosion and sedimentation control in various jurisdictions; (14) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (15) Ability to obtain all necessary permits. Secondary Selection Criteria for the Unrestricted Awards (Note: Secondary Selection Criteria via Small Business Participation Plan will be used to select among firms that are otherwise considered equally qualified): Extent of participation of (1) Small Business (2) Woman Owned Small Business, (3) Small Disadvantaged Business (which includes 8(a) and HBCU/MI), HUBZone Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business. Note: Failure to address each of the aforementioned criteria will be reason for non-advancement. B. The firm must have registered and licensed personnel, either in-house or through consultants, as applicable in the following key disciplines: Project manager, water treatment expert, water rate expert, asset management expert, security expert, power systems engineer, SCADA engineer, forensic engineer, visualization technician, architect, civil engineer, electrical engineer, communications and related systems engineer, structural engineer, mechanical engineer, process engineer, fire protection engineer, geotechnical engineer, energy engineer, cost estimator, landscape architect, and industrial hygienist. The fire protection engineer shall be a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers. C. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 6. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mr. Andrei Tobias, Room 7200, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Nathan Cole at (202) 764-2776 or nathan.h.cole@usace.army.mil. Contracting questions can be directed to Mr. Andrei Tobias at (410) 962-3131 or Andrei.tobias@usace.army.mil. These forms shall be submitted to the above address not later than 10:00 am. on September 5, 2012. Four copies of the SF 330 submissions are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 point. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. This announcement constitutes the solicitation; no additional public advertisement will be issued. This solicitation is not a request for a price proposal. 7. ORIENTATION: There will be two group orientation sessions for interested firms to acquaint them with the mission, operation and function of the Washington Aqueduct. These sessions will be held at the Washington Aqueduct located at 5900 MacArthur Boulevard, NW, Washington, DC 20016. The first session will be held on August 14, 2012 at 1000 hrs and the second session will be held on August 22, 2012 at 1000 hrs. Individuals interested in attending either of these sessions MUST submit their Name and Firm Name to Nathan Cole by email (nathan.h.cole@usace.army.mil) or fax (202-764-0066) no later than 1400 hrs the day before each visit in order to be admitted to the facility. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2012). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2013, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0003/listing.html)
 
Place of Performance
Address: WASHINGTON, DC METROPOLITAN AREA 5900 MacArthur Boulevard NW WASHINGTON DC
Zip Code: 20016
Country: US
 
Record
SN03065138-F 20130519/130518220435 (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.