Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2014 FBO #4561
SOLICITATION NOTICE

C -- Indefinite Delivery Contract-PL-3006(IDC) for Architect Engineering(A-E)Services Corps of Engineers,New York District and Corps of Engineers Locations within North Atlantic Division(NAD)/Major Subordinate Command Boundaries(MSC).

Notice Date
5/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-14-AE-0001
 
Response Due
6/18/2014
 
Archive Date
7/18/2014
 
Point of Contact
Loretta E. Parris, 917-790-8182
 
E-Mail Address
USACE District, New York
(loretta.e.parris@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. This is a combined synopsis/solicitation, Indefinite Delivery Contract IDC-PL-3006 for Architect-Engineering (A-E) Services including but not limited to flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. Services are to be primarily concentrated on studies and designs within the Corps of Engineers' New York District's jurisdiction and other Corps of Engineers' locations within NAD/MSC boundaries. Selection will be in accordance with Brooks Act (Public Law 92-582) procedures. This announcement constitutes the only solicitation. The Solicitation Number is W912DS-14-AE-0001. Proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: This contract is procured as a 100% Small Business Set-Aside. The NAICS Code is 541330. The size standard is $14 Million Dollars average annual receipts for preceeding three fiscal years. The number one ranked small business firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $9,900,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract. The government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, a task order will be included to satisfy the minimum guarantee of $35,000 with the basic contract. The selected small business firm A-E firm will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1, Chapter 3-8c which can be found at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_715-1-7.pdf. In particular, in order to be awarded a small business contract the concern will perform at least 51 percent of the cost of the contract incurred from personnel with its own employees. quote mark - Any subcontractor and outside associates or consultants required by the contractor (prime A-E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officer's written consent before making substitutions for these subcontractors, associates or consultants - quote mark. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer. Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The approximate award date is September 30th, 2014. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). This announcement also serves as a reminder of the Contractor Performance Assessment Reporting System (CPARS) requirement. The Federal Acquisition Regulation (FAR) requires collection of Past Performance Information (PPI) on AE contracts and IDIQs at the ask order level. Effective 1 Apr 2007, ACASS is now a module of DoDs CPARS. The selected A-E Firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-base application that is accessed via internet website, http://cpars.navy.mil/ For specific details and understanding of the process, you may link to: http://www.swd.usace.army.mil/Portals/42/docs/business/smallbusiness/Competing%20for%20A-E%20Contracts%20%28EP%20715-1-4%29%2030%20Sep%202004.pdf. This links the contractor to the Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers Guild (note: this guild was realeased 2004 and various procedures and restrictions might have changed.) 2. PROJECT INFORMATION: This contract will provide non-project or study specific architect and engineering services primarily for flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. At a minimum, study components will consist of reconnaissance reports, feasibility reports and/or revaluation reports, including but not limited to all technical support tasks. Solutions for projects may include, but will not be limited to plan specifications, monitoring surveys, etc in support of engineering design, including Plans and Specifications. This work is within the Corps of Engineers' New York District's jurisdiction and other Corps of Engineers' locations within NAD/MSC boundaries. However, the main focus of this work is within the New York District boundaries. This contract will provide integrated architect and engineering services, including, but not limited to, flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. Implied services include, but are not limited to surveying, interpretation and integration of typographic/bathymetric surveys, biological and cultural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, public affairs, cost inventory, cost estimating, and incremental cost risk analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. Other tasks may include real estate inventory, real estate assessments, civil design/structural engineering (especially as related to design of habitat); geotechnical work; study of estuarine ecology; ecosystem restoration design; habitat evaluation; and environmental analysis and assessments as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E, inclusive, are primary. Criteria F and G are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection Criteria: A. Specialized Experience and Technical Competence -- (1) Specialized experience and technical competence in the type of work required, as described in quote mark Project Information quote mark above. Special qualifications include, but are not limited to: capability and experience with specialized computer programs such as IWR Plan, Habitat Assessment Models, HEC-FDA, HEC-RAS, HEC-HMS, MII (MCACES and Crystal Ball), for development of cost estimates, Microstation, Arc View and tunneling programs; water resources planning, formulation and evaluation through flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration; The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor's submittal must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure a quality product. (2) Demonstrated ability to produce quality designs. Evaluation will be based on the firm's analysis and design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors, and quality control procedures. The basis for the evaluation will be the information in Section H of SF 330. Examples of the disciplines involved, but not limited, are the following: through flood risk management, coastal storm damage reduction, navigation, ecosystem restoration, structural flood risk management alternative analysis and design; non-structural flood risk management alternative analysis and design, including buyouts; open channel hydraulic analysis and design; other flood damage and benefit analysis, including hydrodynamic analysis of fluvial and interior drainage systems; hydrodynamic modeling; hydraulic/hydrologic engineering; hydrographic surveys and mapping (the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological, and cultural resources surveys); littoral budgeting; beach, coastal, and coastal inlet structural design; recreational analysis; beach surveys; mapping, including beach profiling and waterway cross-section; demonstrated ability to perform offshore subsurface exploration; aerial photography; environmental assessment; cultural resources assessment; geotechnical engineering; GIS data; cost estimating; and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. Other tasks may include civil design/structural engineering (especially as related to design of habitat); geotechnical work; study of estuarine ecology; ecosystem restoration design; habitat evaluation; and environmental analysis and assessments as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, which integrates HTRW assessments and chemical and physical soil borings and sediment testing, and investigations in support of Section 106 of the National Historic Preservation Act of 1966, as amended. (3) Experience in watershed planning reflecting a systematic and comprehensive approach (incorporating multiple purposes and objectives, recognizing the dynamic nature of the economy and the environment and variability of other social effects over time) for the purpose of water resources problem solving and decision making. B.Professional Qualifications -- Professional qualifications necessary to satisfactorily perform the required services require the submittal of a resume. Key disciplines include but are not limited to the following: (1)Project Manager (Resume required) (2)Structural Engineer (P.E. required) (3)Civil Engineer (P.E. required) (4)Mechanical Engineer (P.E. required) (5)Electrical Engineer (P.E. required) (6)Hydraulic/Hydrologic Engineer (P.E. required) (7)Cost Engineer with MII cost estimate experience (Resume required) (8) Geotechnical Engineer (Resume required) (9)Land/Hydrographic Surveyor (10)Biologist (Resume required) (11)Ecologist/Environmental Scientist (12)Geologist/Hydrogeologist (13)Environmental Engineer (14)Soil Scientist (15)GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (16)Environmental Assessment Specialist (Resume required) (17)HTRW Assessment Specialist (Resume required) (18)Habitat Assessment Specialist (Resume required) (19)Real Estate Assessment Specialist (Resume required) (20)Technical Writer (21)Planner (22)Economist with experience in performing cost/benefit analysis on civil works projects, especially on flood risk management projects, coastal storm damage reduction, navigation, and ecosystem restoration. (Resume required) (23)Principal Investigator/Archaeologist (24)Historian (25)Historic/Prehistoric Archaeologists (26)Architectural Historian (27)Public Relations Specialist (28)Social Scientist (29)Geographer (30)Botanist (31)QA/QC Specialist (32)Marine Engineer (33)Coastal Engineer with experience in coastal processes analysis and coastal structures, such as, bulkheads, jetties, groins, and shore protection; and beach designs (34)Soil/Dredging Engineer (35)Blasting Engineer (36)Acoustic Engineer (37)Vibration Engineer (38)Architect (39)Landscape architect (40)Hydrodynamic modeler The Principal Investigator/Archaeologist, Historian, Historic/Prehistoric Archaeologists and Architectural Historian must meet or exceed the standard qualifications identified by the National Park Service. The contractor should be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures, and with the general geographical area, especially with the boundaries of the New York District. Evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of SF 330. Supervisory and/or key personnel should have Professional Engineer (P.E.), Professional Geologist (P.G.), Project Management Professional (P.M.P.), or Professional Land Surveyor (P.L.S.) certification. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in New York State. New York State has rigorous licensing requirements. C.Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from ACASS and other sources. References and letters of recommendation from customers addressing your firm's cost control, quality of work, and schedule compliance capabilities may be included in Section H of SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years to be considered. D.Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: coastal engineering, civil engineering, economics, and quantity estimators. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. E.Knowledge of local conditions within New York, specifically local construction methods (key disciplines: hydrologic engineer, hydraulic engineer, geotechnical engineer, cost engineer, structural engineer, civil engineer, coastal engineer, biologist and economist); local and regional prehistory, history and archaeology (key disciplines: principal investigator/archaeologist, historian, prehistoric/historic archaeologist, architectural historian) and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of SF 330. The more New York projects listed, the higher the rating. Secondary Selection Criteria: F. Location of the firm in the general geographical area of New York District civil works boundaries. G.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 businesses (SB) and service-disabled businesses (SDB). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of SF 330 Part I and three (3) copies of SF 330 Part II for the prime firm and all consultants to the address below not later than the response date indicated above. Solicitation packages are not provided. This is not a request for proposal. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF 330, and include the prime firm's ACASS number in Block H. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to ninety (90) pages. Section E is limited to forty (40) pages. Each page shall be numbered. Supplemental information on the SF 330 is posted on USACE's New York District website: http://www.nan.usace.army.mil. Click on Business With Us greater than Engineering Division Submit three (3) copies of the completed SF 330 to: Attn: Stephen DiBari, P.E. Contract Administrator, Engineering Division CENAN-EN-M, Room 2037 U.S. Army Corps of Engineers 26 Federal Plaza New York, NY 10278-0090 Submittals will not be accepted after 4:00 p.m. on 18 June 2014 the response date shown in the advertisement on the FedBizOpps website. Facsimile transmission of the SF 330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. To be eligible for a contract award, the firm must be registered in the System for Award Management (SAM) in order to be eligible to receive a contract award for any Government solicitation. For information visit the (SAM) website at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-AE-0001/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03370127-W 20140521/140519234658-4a428ffaa6f5c5b64263371951d40f51 (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.