MODIFICATION
C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR WATER RESOURCES ENGINEERING FOR CIVIL WORKS PROJECTS TO SUPPORT THE JACKSONVILLE DISTRICT
- Notice Date
- 9/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP14R0026
- Archive Date
- 9/13/2015
- Point of Contact
- Calvin Caldwell, 904 232 3055
- E-Mail Address
-
USACE District, Jacksonville
(calvin.r.caldwell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- C - INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR WATER RESOURCES ENGINEERING FOR CIVIL WORKS PROJECTS TO SUPPORT THE JACKSONVILLE DISTRICT Solicitation Number: W912EP-14-R-0026 Contract Specialist: Calvin R Caldwell, 904-232-3055 Technical POC: Andrea Agudelo, 904-232-3302 1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of preparation of studies, reports, or portions of reports, pertaining to engineering of water resources engineering and related civil works projects, including work related to flood damage reduction, water delivery and control, water management, ecosystem restoration, coastal systems, navigation, recreational areas and other Corps of Engineers hydrologic and hydraulic responsibilities. The primary purposes of these contracts are to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contracts may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000. These contracts are set-aside for small businesses only. NOTE: IAW FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (prime). Indefinite delivery contracts will be negotiated and awarded from this solicitation with subsequent work issued by negotiating firm-fixed-price task orders. This announcement will result in up to two (2) awards. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The contracts will be for a period of one year from the date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $950,000.00, the actual obligation per year may be greater than or less than the $950,000.00. Maximum order limit is $4,750,000 for the life of the contract, including options. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/. A pre-proposal event will be held on September 4, 2014 at the Prudential Bldg. Location - 701 San Marco Blvd, Jacksonville FL. 32207. This event is being held only for those firms interested in this specific work. Because space is limited we will be holding two sessions. The first session will take place at 9:00am and the 2nd session at 2:00pm. Seating is limited to 50 people per session; therefore only 2 people per firm will be allowed to register/attend. Once we have met capacity, registration will close. To register for this event email the following address the names of the attendees and the name of the firm by close of business August 29, 2014. Due to Prudential security requirements, requests after that time will not be honored and we cannot accept walk ups. NO EXCEPTIONS! Email your request to attend the event to w912ep14r0026@usace.army.mil. Your registration will be confirmed via email with specific instructions for the event. 2. PROJECT INFORMATION: Work will consist of preparation of studies, reports, or portions of reports, pertaining to engineering of water resources and related projects, including work related to flood damage reduction, water delivery and control, water management, ecosystem restoration, coastal systems, navigation, recreational areas and other Corps of Engineers hydrologic and hydraulic responsibilities. Work will include, but not be limited to: hydrologic and hydraulic analyses associated with the design and performance of flood damage reduction, water delivery, water management, ecosystem restoration, coastal storm damage reduction, navigation and recreation projects. Tasks will include analyses of tidal inlet hydraulics and sediment transport, numerical modeling of ocean and coastal waves and currents, analysis and design of coastal hard structures and beach nourishment, surface water hydrology, hydraulics and hydrodynamics, supercritical flow, 2-D and 3-D flow and integrated surface water and groundwater modeling using USACE-approved models; sediment transport and scour studies, water quality analyses and modeling; groundwater studies; analytical/statistical evaluation of historic data; technical review; public involvement; and expert testimony. Data collection, such as topographic and bathymetric survey work for model input, datum conversion of gage data and topography data, and Quality Assurance/Quality Control reporting of data may be required. Additionally, the A-E may be tasked to perform risk and uncertainty analyses, and value engineering. 3. SELECTION CRITERIA: Factors for evaluation are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f-g is secondary and will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. a. Specialized Experience and Technical Competence. Firms must clearly demonstrate specialized experience and expertise in water resources engineering projects with emphasis on: hydrologic and hydraulic analyses associated with the design and performance of ecosystem restoration; flood control; water delivery; coastal and navigation projects; two and three-dimensional surface water and groundwater modeling; water management operational modeling; water quality; groundwater studies; analytical/statistical evaluation of historic data; and ability to perform independent technical review and expert peer review. Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates as demonstrated under specialize experience and technical competence. b. Professional Qualifications. A resume is required for key personnel showing relevant education, training, registrations, and certifications. Prime firm shall have at a minimum one (main engineering discipline) registered professional within their firm to qualify for award. Provide either in-house or through association with qualified subcontractors, U.S. registered/licensed personnel (as applicable) in the following disciplines: Civil Engineers; Hydrologic/Hydraulic Engineers; Hydrologists; Hydro-geologists; Water Quality Specialists; Ecologists; and Water Resources Planners. c. Past Performance. Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts started or completed within the past five (5) years (measured from the date of this synopsis), including the name, address, and telephone number of references. Firms may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts and include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance will be reviewed on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from the Contractor Performance Assessment Report System (CPARS) and other sources. d. Knowledge of the Locality. Firms shall be familiar with design/modeling requirements applicable to Florida or in similar conditions to Florida. The following secondary criteria will be used as tiebreakers, if necessary: e. 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 business. f. Geographic Proximity. Location of the firm in the general geographical area of Florida. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hardcopies of SF 330 Part I, for the proposed combined team (firm and joint venture and all subcontractors), three (3) separate hardcopies of SF 330 Part II for the firm or joint venture and each subcontractor, and one (1) electronic copy of the complete submittal in PDF format on CD/DVD to the above address not later than 4:00 P.M. on the response date indicated above. Submittals received after this date and time will not be considered. Solicitation packages are not provided. This is not a request for proposal. Requests for information must be directed in writing to the contract specialist POC appearing in the synopsis. Written requests for explanation must be directed to the contract specialist POC appearing in the synopsis. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Responses to this announcement shall be in writing only. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offer should call the contract specialist whose name appears in the procurement and ask the specialist to send someone to the security desk to take possession of the offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP14R0026/listing.html)
- Record
- SN03510220-W 20140915/140913233421-098b14c5693ad05a875fa9b13475dcdd (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 |