Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOLICITATION NOTICE

C -- Indefinite Delivery Architect Engineer Civil Works Planning Studies and Assoicated Design Services for the Albuquerque District USACE

Notice Date
2/17/2015
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109
 
Solicitation Number
W912PP-15-R-0005
 
Response Due
3/19/2015
 
Archive Date
4/18/2015
 
Point of Contact
Francesca M. Luna, 505-342-3453
 
Small Business Set-Aside
N/A
 
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. 1. CONTRACT INFORMATION: SPA has the intent to solicit and award a target of three (3) Indefinite Delivery Contracts (IDCs) for Architect - Engineer Civil Works Planning Studies and Associated Design, for a base period of three (3) years with one two (2) year option period. Professional services under these contracts will primarily consist of the development of civil works planning studies for flood risk management, ecosystem restoration, watershed management, and operation and maintenance activities. Work required may include, but is not limited to, hydrologic and hydraulic analysis and design, river and groundwater modeling, geomorphic assessment and sediment transport, water quality analysis, field data acquisition, levee inspections and evaluations, environmental and cultural compliance, economic analysis, and ecological, biological, and cultural studies and evaluations. Work will take place primarily within, but is not expressly limited to the Albuquerque District area of responsibility (AOR). The successful firm(s) may be utilized for complete projects or in support of in-house efforts. These contracts will be procured in accordance with Public Law PL 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $8,000,000 over the life of the contract. The successful firms are guaranteed no less than $40,000 for the base period. The anticipated Contract award date is 30 May 2015. This procurement is Unrestricted, and therefore open to large and small businesses. The wages and benefits of service 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. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 40.0% of the subcontracted dollars to go to small business with 3.0% of those dollars going to small disadvantaged business, 7.0% of those dollars to woman owned business, 1.0% of those dollars to HUB-zone small businesses, 2.0% of those dollars to veteran owned small businesses, and 3.0% of those dollars to service disabled veteran owned small business. 2. PROJECT INFORMATION: Professional services under this contract will consist primarily of the development of civil works planning studies for flood risk management, ecosystem restoration, watershed management, and operation and maintenance activities. Work required may include, but is not limited to hydrologic and hydraulic analysis and design, river and groundwater modeling, habitat modeling, geomorphic assessment and sediment transport, water quality analysis, field data acquisition, levee inspections and evaluations, environmental and cultural compliance, economic analysis, cost analysis, and ecological, biological, and cultural studies and evaluations, research, planning, analysis, concept design development, feasibility design, geographical information system (GIS), adaptive management, mitigation and monitoring plans, and real estate products. Additional services may include studies, investigations, real estate appraisals, surveying and mapping, tests, evaluations, consultations, comprehensive planning, environmental restoration planning, project management, conceptual designs, construction cost estimates, value engineering, soils engineering, drawing reviews, preparation of operation and maintenance manuals, or other related services. These services may be performed for flood risk management structures, or other real property that includes, but is not limited to, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, utilities, cemeteries, pumping stations, railways, airport facilities, terminals, docks, piers, wharves, waterways, levees, canals, streambeds, stream bank stabilization, beach erosion/renourishment and drainage channels. Accomplishment of the work may require planning and formulation of Water Resource Reconnaissance, Feasibility, and Watershed Studies, evaluation and application of associated engineering, environmental, and economic factors to the formulation and evaluation of alternatives to determine the Federal Interest (National Economic Development (NED) and National Ecosystem Restoration (NER) in Civil Works Projects, compliance with National Environmental Policy Act (NEPA) (environmental impact statements and environmental assessments), Endangered Species Act (ESA) (biological assessments/opinions), Section 404 of Clean Water Act (CWA), Fish and Wildlife Coordination Act (FWCA) reports, researching, formatting, and preparing reports for Civil Works General Investigations and Continuing Authority Studies that comply with current Corps of Engineers policy and guidance (to include ER 1105-2-100 and ER 200-2-2), development and facilitation of public and stakeholder meetings, team meetings, internal briefings, presentations and coordination with governmental entities, preparation of reports, maps, drawings, plans, cost estimates, design analysis, design memoranda, etc. 3. 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 through e are primary. Criteria f through h are secondary and will be used as quote mark tie-breakers quote mark among technically qualified firms. Recent experience is defined as experience within the last 7 years from the issuance of this synopsis. a. Demonstrated Specialized Experience and Technical Competence in: 1) Recent experience developing and writing a Corps of Engineers Water Resources Feasibility Report and watershed studies per Corps Regulation (ER 1105-2-100 and others). 2) Application of associated Engineering, Environmental, Cultural, Economic, and other social factors to the formulation and evaluation of recommendations determining the Federal Interest in Water Resource Projects. 3) Development of environmental impact statements, environmental assessments, cultural survey reports, mitigation plans, and ecosystem restoration plans. 4) Performance of biological surveys, ecological surveys, and cultural surveys. Compliance with NEPA, ESA, FWCA, NHPA, Section 404 of CWA, and other laws and regulations as applicable. 5) Flood risk management, watershed management, operation and maintenance activities, risk assessment, surface water and groundwater modeling, hydrologic and hydraulic analysis and modeling, habitat modeling, geomorphic assessment and sediment transport, water and sediment chemical and qualitative analysis, adaptive management, real estate plans and climate change analysis. 6) Developing and running complex river operational scenarios including use of RiverWare modeling software, including the development of operational rules, physical processes and accounting, and field data acquisition (including field surveys). 7) HEC suite of software for watershed modeling, hydrologic and hydraulic analysis, sediment transport, and risk and uncertainty analysis. 8) Levee inspections, screenings, and evaluations. 9) Development and maintenance of databases and GIS associated with activities 1-8 above. b. Professional Qualifications: Firms must be able to provide registered professionals assigned in the Civil Engineer positions to include site development, structural design, geotechnical design and hydraulic design. Additional disciplines required for this work include: Project Manager, Cost Estimator, Geologist, Archaeologist, Civil Planner/Formulator, Hydrologist, Biologist/Ecologist, Fisheries or Aquatic Biologist, Hydrogeologist, Geomorphologist, Economist, Environmental Engineer, GIS Specialist, and CADD Technicians. The Project Manager(s) must have experience managing planning studies for Corps of Engineers projects. The Cost Estimator must have M-CACES version MII experience. The firm must provide personnel that are familiar with COE planning criteria and policy. The firm must provide individuals with experience in running and programming RiverWare software, and in running FLO-2D and MODFLOW software. The firm must also provide CADD Technicians familiar with AutoCAD 2006 (or later) and MicroStation V8 (or later) software, and the Tri-Services CADD Standards. The firm must have staff experienced in the ESRI ArcMap GIS software and the HEC ArcMap extensions in Arc-GIS. c. Past Performance: Past performance within five years of issuance of this synopsis on DOD and other contracts related to cost control, quality of work, and compliance with performance schedules will be evaluated. d. Capacity: The firm must demonstrate the capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firm's knowledge and experience in the Southwest United States relating to Native American issues, Tribal law and Federal-Tribal relationships, and cultural surveys will be a consideration. f. Geographic Location: Geographic location of the Office(s) to perform the work with respect to the Albuquerque District Boundaries will be a consideration. g. Volume of Work: Volume of DOD contract awards in the last 12 months. h. SB and SDB Participation: Extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, Hub Zone and service disabled veteran service related business in the proposed contract team, measured as a percentage of the estimated effort. In the evaluation of primary and secondary factors, in-house capabilities will be weighted heavier than subcontracted work. Joint Venture Firms will be considered as having capabilities in-house. 4. GENERAL INFORMATION: This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. Interested firms having the capabilities to perform this work must submit one (1) original two (2) hard copy AND one electronic copy of SF 330 quote mark Architect Engineer Qualifications quote mark for the prime firm and all consultants. Should there be discrepancies between the paper and the electronic submission, the paper copy shall govern. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in Block H of the SF 330. Firms shall include only 10 PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN 10 PAGES. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and subconsultants for this contract will be required to perform throughout the contract term. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. OFFERORS MUST BE REGISTERED with the System for Award Management (SAM), formerly the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Responses are due no later than 2:00 p.m. local time, on 19 March 2015. The delivery addresses for your SF 330s are as follows: U.S. Army Corps of Engineers, Albuquerque District ATTN: Francesca Luna, Contracting Division 4101 Jefferson Plaza NE Albuquerque, NM 87109 Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org. 1. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page, you may view all bidder inquiries or add inquiry. 3. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. 4. The Solicitation Number is: W912PP-15-R-0005 The Bidder Inquiry Key is: NX73KZ -CXQDE9 b. The Bidder Inquiry System will be unavailable for new inquires 5 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. c. Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. d. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. All questions should be submitted utilizing the USACE Bidder Inquiry System, ProjNet. Questions sent via e-mail will not be answered. The contracting POC for this project is Francesca Luna, francesca.m.luna@usace.army.mil. All potential offerors are advised to check daily the Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. These contracts are being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. These task orders are firm fixed price. Projects to be assigned are not yet determined and funds are not presently available. THIS IS NOT A REQUEST FOR PROPOSALS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS 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/DACA47/W912PP-15-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN03643908-F 20150219/150217233035 (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.