Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2013 FBO #4206
SOLICITATION NOTICE

C -- Indefinite Delivery Contract(IDC) for Architect and Engineering Services for the Mobile Dist., U.S.Army Corps Of Engineers to Provide Environmental,Planning & Encroachment Mgmt Support to US Air Force, Office of the Civil Engineer-HQ

Notice Date
5/29/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-13-R-0042
 
Response Due
7/10/2013
 
Archive Date
7/28/2013
 
Point of Contact
LaNell Roberts, (251)694-3859
 
E-Mail Address
USACE District, Mobile
(lanell.a.roberts@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an IDC to provide professional services to support military environmental, planning and encroachment management programs for Department of Defense, U.S. Air Force. The contractor will be required to perform services at military installations throughout the world, including the Continental United States, its territories, and other world nations. THIS ANNOUNCEMENT WILL RESULT WITH ONE (1) SMALL BUSINESS SET ASIDE AWARD. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered highly qualified will be awarded a contract. One award will be made from this solicitation to a Small Business. The contract will be awarded for a term not to exceed a total of five (5) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $10,000,000 over the five-year life of the contract. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $14 million of average annual receipts for its preceding 3 fiscal years. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental, planning and encroachment management, and training support for the U.S. Air Force to include, all compliance and conformance issues; installation master planning, encroachment management, land use compatibility, outreach and engagement, geographic information Systems and mapping applications, development and management of land, natural and cultural resources programs; study of contaminated sites; other water quality or water supply studies. It will include but not be limited to preparation of any of the following: All products and studies associated with preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans and; Clean Water Act documentation and implementing guidance; Clean Air Act documentation and implementing guidance; Installation Master Plans/General Plans; Encroachment Studies, Land Acquisition Studies, Sustainability Studies and Risk Assessments. Specific services include: encroachment management plans, preparation of master plans for development and management of military facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance documentation. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) Land-use Planner, AICP certification encouraged; (3) Real Property Master Planner, AICP certification encouraged ; (4) Biologist/Ecologist/Environmental Scientist ; (5) Environmental Engineer, registration required (P.E. License); (6) Cultural Resources Specialist; (7) Air Quality Specialist; (8) Socio-economist; (9) Geographical Information System specialist (10) Geographer ; (11) Civil Engineer, registration required (P.E. License); All disciplines must possess a minimum bachelors' degree (degree from an accredited four-year college or university) with a major in the specified field of study. Registration is required for the: Environmental Engineer and Civil Engineer. State of registration and P.G. or P.E. license number must be included on the resume. Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The evaluation will consider education, training, registration, overall and relevant experience in the listed discipline, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Knowledge and experience with encroachment studies, compatible land use studies, and other land management planning activities; implementation/ preparations of master plans/general plans; and Sustainable Infrastructure Assessments for the US Air Force. (2) Demonstrated experience in working environmental projects/issues with the Headquarters, U.S. Air Force; (3) Knowledge and experience with airspace management, AF Terminal Instrument Procedures, aircraft, blast and small arms range noise, Green House Gas, Sustainable Energy, Endangered Species Act, Clean Air and Water Acts, National Historic Preservation Act, Coastal Zone Management Act, and related Executive Orders, and Master Planning regulations and guidance. (4) Demonstrated breadth, knowledge, and experience of current US Air Force policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies. In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The selected firm shall demonstrate the capacity to accomplish at least two (2) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on military contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work as a prime contractor, may submit ONE (1) completed, bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Font shall be at least 11 pitch or larger in Times New Roman. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 60 PAGES FRONT SIDE ONLY. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1 866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. The organization chart required in section D and the matrix required as Section G, Part I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants, not to exceed the past five (5) years, will be reviewed in PART I, Section quote mark F quote mark. The prime must have completed or accomplished at a minimum six (6) of the projects themselves. Use no more than one page per project. It shall be noted that a task order executed under an Indefinite Delivery Contract is considered a Project, not the Indefinite Delivery Contract itself. Include the Indefinite Delivery Contract number and individual task order number associated with the provided project in the title. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 07 JULY 2013. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 15 JULY 2013. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS ABOUT THIS SOLICITATION SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at https://www.projnet.org. To submit and review inquiry items, prospective Architect-Engineering (A-E) firms will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective A E firms who submits a comment /question will receive an acknowledgement of their comment /question via e mail, followed by an answer to the comment /question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Questions shall be submitted no later than 19 JUNE 2013 at 3:00 p.m. Central Time to allow time for a response, and amendment to the solicitation if necessary. On this date and time the portal will be closed. No other means of communication, i.e.: e-mail, fax, or telephone, will be accepted. Oral exchanges between A-E firms and the government prior to award of the contract will not be binding. In addition to information available to A-E firms on the Bidder Inquiry Portal, any information concerning this solicitation will be furnished to all A-E firms as an amendment to the solicitation if the information is necessary to the submittal of SF330s. The Solicitation Number is: W91278-13-R-0042 The Bidder Inquiry Key is: 24ADBW-67FFMM Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. A-E firms are requested to review the solicitation and amendments in their entirety, as well as to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: ANY INQUIRY SUBMITTED AND ANSWERED WITHIN THIS SYSTEM, WILL BE ACCESSIBLE TO VIEW BY ALL INTERESTED OFFERORS OR BIDDERS ON THIS SOLICITATION. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0042/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03073795-W 20130531/130529234820-2b710149032def5e2b9c7c8ece527d7e (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.