SOLICITATION NOTICE
C -- National A-E Contract
- Notice Date
- 12/17/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-14-R-0001
- Response Due
- 1/16/2014
- Archive Date
- 2/15/2014
- Point of Contact
- Erin Bradley, 304-399-5169
- E-Mail Address
-
USACE District, Huntington
(erin.e.bradley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Huntington District, and Dam Safety Modification Mandatory Center of Expertise proposes to obtain the services for UP TO TWO multidiscipline Indefinite Delivery Architect-Engineer (A-E) contracts for engineering, design and related services. Architect-Engineer design services are required for projects assigned to organizations within the U.S. Army Corps of Engineers in the Continental United States (CONUS). Work may be performed anywhere in the continental United States. Each indefinite delivery contract will be negotiated and awarded with a base year and four option years. The amount of the contract will not exceed $10,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The criteria to be used in allocating task orders among the contracts will be based on the following: (1) Contract minimums - task orders will be distributed to assure the guaranteed minimums are met; (2) Unique specialized experience; (3) Past performance on previous task orders - the quality and timeliness of work delivered on prior jobs under the current contract; (4) Current capacity to accomplish the task order in the required time; (5) Equitable distribution of work among the contractors. The contracts are anticipated to be awarded in May 2014. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will also be required at the time of award. To be eligible for contract award, a firm must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. 2. PROJECT INFORMATION: The A-E services to be provided under these contracts will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan, design, construct, modify, operate and control reservoirs and dams, flood damage reduction projects, navigation projects, rehabilitation projects and Support for Others type projects. The A-E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, environmental and architectural services to include, but not limited to, planning engineering investigations/studies; risk assessments; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility by the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. 3. SELECTION CRITERIA: The selection criteria for these contracts are listed below. Criteria A-B are of highest and equal importance. Criteria C-G are less than criteria A-B and are in descending order of importance. Criteria H-I will only be used as tie-breaker among firms that are technically equal and are in descending order of importance. (A) Specialized Experience and Technical Competence: Firms must demonstrate experience are to be ranked on the following criteria/elements, which are listed in descending order: (1) Dam Safety Design and Analysis - Experience with Risk Assessments, Issue Evaluation Studies, Dam Safety Modification Studies, Dam Modification Alternatives Development and Evaluation, Design Documentation Reports, Rehabilitation Reports, Plans and Specifications, Engineering Support During Construction. (2) Flood Damage Reduction Engineering - Planning and Design of floodwalls, levees and appurtenant structures (3) Navigation and Waterway Engineering - Planning and Design of Navigation projects and appurtenant structures. (4) Civil Engineering - Civil site layout (preparation of applications for NPDES, as well as, construction permits, performing civil site layout to derive a reasonable and logical sequence of construction activities). (5) Other Engineering, Architectural and Planning Services (each of equal importance) - Hydrologic and Hydraulic Studies Electrical/Mechanical Design and Analysis Structural Analysis and Design Educational (K-12) and Public Buildings Sanitary and Water Projects Bridge Design and Inspections Roadway Design and Analysis Residential and Commercial Floodproofing Planning Studies Ecological Stream Restoration and Natural Remediation and Related Services For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted must have been completed within the past three (3) years from the date qualifications submittals are due. Include a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. (B) Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Architects and Surveyors having the professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines in descending order: Geotechnical Engineers, Geologists, Structural Engineers, Civil Engineers, Hydraulic Engineers, Mechanical Engineers, Electrical Engineers, Specification Writers, Estimators, Sanitary Waste Engineers, Planners, Architects, Professional Surveyors, Environmental Engineers, Environmental Geologist, Biologist (Ecologist), Hydrogeomorphologist, Chemist, Industrial Hygienist, Construction Inspector/Quality Assurance and Engineering Technicians (Draftsmen/CADD Operators). Personnel proposed for Dam Safety Design and Analysis as described in (A)(1) shall be shown in the Levels of Experience listed below. Appropriate documentation shall be provided to justify their experience level. Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety planning, engineering, design and/or construction in geotechnical, geological, hydraulic, structural, electrical, mechanical or civil engineering. Level 2 experience includes ten to twenty (10-20) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based engineering experience in dam and levee systems. Experience should include all that within the Level 1, plus participation on risk analysis teams for dam and levee systems, facilitation or participation in potential failure mode analysis (PFMA), or estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences. Level 3 experience includes more than twenty (20+) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based engineering experience in dams and levee systems. Experience should include all that within Levels 1 and 2, plus leading risk analysis teams, conducting Expert Opinion Elicitation, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of Risk Analysis Reports and corrective action studies for dam and levee modifications is required. The criteria will include a review of projects submitted to determine relevant experience for both personnel and the firm, as well as Quality Management of engineering products. (C) Past Performance: Past Performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. (D) Quality Management System: The evaluation will consider the firms' Quality Management System. Firms must describe their quality control and quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the ISO 9001 standard and the DrChecks automated comment and response system. (E) Capacity: Capacity of the firm to perform approximately $2,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. (F) CADD and Office Automation: All drawings and exhibits for design work, surveying work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using computer-aided design and drafting (CADD) software and procedures conforming to the following criteria: Data submitted by the Contractor must be 100% compatible with or must be translated to 100% compatibility. The phrase 100% compatible means data can be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital data files. It is the responsibility of the contractor to ensure this level of compatibility. The target CADD platform is a Generic Personal Computer (PC) running Windows 7 operating system. The target CADD system shall include, but not be limited to, the following software applications: 1)United States National CAD Standard Version 5.X 2)A/E/C CADD Standard Release 5.0 September 2012 3)A/E/C CADD Standard Supplement for Huntington District Latest Revision 4)Huntington District Drafting Manual Latest Revision 5)Huntington_District_CADD_Standards_5.0.zip 6)Bentley ProjectWise V8i (Select Series 4) 7)Bentley Microstation V8i (Select Series 3) 8)Bentley Navigator V8i (Select Series 4) 9)Bentley I-Model Composer V8i (Select Series 4) 10)Bentley Microstation Descartes V8i (Select Series 3) 11)Bentley InRoads Group V8i (Select Series 2) 12)Bentley Map V8i (Select Series 3) 13)Bentley ProjectWise InterPlot Server and Client V8i (Select Series 4) 14)Windows 7 operating system 15)Microsoft Office Suite 2007 16)Adobe Acrobat X Pro 17)7-Zip version 9.20 (G) Small Business Participation: All Offerors (both large and small businesses) are required to complete a Small Business Participation Plan, as outlined below. Offerors should propose the level of participation of small businesses (as a small business prime and/or small business subcontractor) in the performance of the total contract/acquisition value relative to the objectives/goals set forth in this evaluation factor. (a)Check the applicable size and categories of the PRIME offeror only. ( ) Large Prime Or ( ) Small Business Prime (indicate any applicable sub-category(s) listed below) ( ) Small Disadvantaged Business (SDB) ( ) Woman-Owned Small Business (WOSB) ( ) Historically Underutilized Business Zone Small Business (HUBZ) ( ) Service-Disabled Veteran-Owned Small Business (SDVOSB) (b)Submit a total combined percentage of work to be performed by both large and small businesses of the total contract value (include the percentage of work to be performed both by Prime and Subcontractors): Total Proposed Acquisition: Total % planned for Large Business performance_______% Total % planned for Small Business performance_______% 100% (When combined, large and small business total must equal 100%) (c)Indicate the total percentage of participation to be performed by each type of small business sub-category, if applicable. (If a small business qualifies in multiple categories, include it in multiple categories below): Small Disadvantaged Business (SDB) ______% Woman-Owned Small Business (WOSB) ______ % Historically Underutilized Business Zone Small Business (HUBZ) ______% Service-Disabled Veteran-Owned Small Business (SDVOSB) ______% (d)List principle supplies/services to be provided /performed by Small Businesses. If a small business qualifies in multiple categories, list in multiple lines below: Name of Company DUNS # Type of Service/Supply Small Business(s):_______________________________________________________________ Small Disadvantaged Business(s):____________________________________________________________________ Woman-Owned Small Business(s):____________________________________________________________________ Historically Underutilized Business Zone Small Business(s):____________________________________________________________________ Service-Disabled Veteran-Owned Small Business:______________________________________________________________________ (e)Describe the extent of commitment to use small businesses in this procurement (for example: small business prime, written contract, verbal agreement, joint venture arrangement, mentor-prot g business relationship, etc.) Goals for this procurement are: Small Business Overall: 7.5% of the total contract value Small Disadvantaged Business (SDB): {2%} of the total contract value Woman-Owned Small Business (WOSB): 3% of total contract value Historically Underutilized Business Zone (HUBZone) Small Business: {3%} of total contract value Service Disabled Veteran Owned Small Business (SDVOSB): 2% of total contract value. (Note: A participation plan which reflects 3% of the contract value for HUBZone firms, for example, would also count toward the overall Small Business Goal. This applies to all subcategories.) (H) Geographic Knowledge and Proximity: Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. Location of the firm in the general geographical area of the Huntington District headquarters. (I) Equitable Distribution of DOD Contracts: Volume of DOD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged businesses 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capabilities to perform this work must submit six copies of SF 330 Part I and six copies of SF 330 Part II for the prime firm and all consultants to the above address not later than January 16, 2014 at 4:30 pm Eastern. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The Contract Specialist responsible for this procurement is Erin E. Bradley (Erin.E.Bradley@usace.army.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-0001/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN03253689-W 20131219/131217235638-6e52a05a894257772658ffe6a08600a6 (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 |