SOLICITATION NOTICE
C -- COAST GUARD OCEAN ARCHITECT-ENGINEERING IDIQ
- Notice Date
- 2/27/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
- ZIP Code
- 02886-1379
- Solicitation Number
- HSCGG1-15-R-PRV098
- Archive Date
- 4/18/2015
- Point of Contact
- Daniel B Walker, Phone: (401) 736-1764, Jean M Bretz, Phone: (401)736-1765
- E-Mail Address
-
Daniel.B.Walker@uscg.mil, JEAN.M.BRETZ@USCG.MIL
(Daniel.B.Walker@uscg.mil, JEAN.M.BRETZ@USCG.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FOR (SF) 330, ARCHITECT/ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. 1. SET-ASIDE: This project is 100% set-aside for small business concerns. The NAICS Code is 541330. The size standard is $15,000,000. FAR clause 52.219-14 Limitations on Subcontracting is applicable to this acquisition. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. If a firm is competing for this contract as a joint venture, the firm must submit legal documentation along with their SF 330 documenting their status as a joint venture. The joint venture must also be registered in www.sam.gov at the time of SF 330 submission. The legal documentation verifying the joint venture will not be considered part of the page limit for SF 330 submission. 2. DESCRIPTION OF WORK: The U.S. Coast Guard has a requirement for a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide professional ocean engineering services to support the civil engineering program. Projects will include a variety of assignments nationwide. Services may be required in any of the United States, U.S. territories, or any place where the USCG may have a mission interest. However, a majority of the work shall be confined to the fifty states and its territories (Puerto Rico, Guam etc.). Most work will consist of, but will not be limited to: a. Inspecting waterfront and shore support facilities. b. Inspecting load bearing structures. c. Preparing condition assessment reports. d. Preparing hydrologic dredge surveys. e. Preparing independent Plant Replacement Value estimates. f. Preparing 1391 planning documents. g. Preparing design calculations and analysis. h. Preparing construction documents to include specifications, construction drawings, and cost estimates. i. Providing construction phase services to include on-site inspection, submittal review, and coordination with Contracting Officers. j. Providing value engineering. k. Preparing environmental compliance and permit application documents. l. Conducting site sampling and analysis to include soil borings, materials testing, and materials analysis. m. Providing permit assistance. 3. SELECTION CRITERIA: The selection criteria are listed below. Each potential contractor will be evaluated in terms of its: A. Professional qualifications to perform required services in the following key disciplines: Civil Engineering, Structural Engineering, Ocean and Marine Engineering, Dive Inspectors. a. Professional qualifications of in-house personnel. b. Professional qualifications of sub-consultants to provide necessary technical work beyond the capability of the firms in-house personnel. B. Specialized experience and technical competence: a. Demonstrate ability to perform specialized waterfront and shore support facility engineering services including inspections, condition assessments, and studies, permitting support, planning and design. b. Demonstrated ability to perform quality assurance and construction inspection services. c. Qualifications and composition of dive team to include position, status (in-house or sub-consultant), engineering background, commercial dive certification, and years of underwater inspection experience. A higher rating may be given to firms with in-house or on-staff divers. C. Management capabilities and capacity to accomplish the work in the required time: a. Demonstrate ability to manage sub-consultants project work through cooperative agreements and established relationships. b. Describe program management and project management philosophy, internal controls, and means to manage and execute projects in the required time. c. Describe your quality assurance/quality control program and demonstrate how it contributes to successful project execution. d. Demonstrate capabilities to manage complex projects, to negotiate with and manage several regulatory agencies, the public, and multiple stakeholders, resolve controversial issues, and ensure project goals and schedules are met. e. Describe firms approach and response in the event of a design error or omission including use of Professional Liability Insurance. D. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: a. Demonstrate ability and success working on projects of similar size and scope anticipated under this contract. b. Demonstrate ability to simultaneously manage individual and multiple task orders on time and on budget without sacrifice of quality or safety. c. Demonstrate ability to produce, including at least one example, clear and concise written reports for work with government agencies and/or private sector clients. d. Demonstrate accuracy and cost-effectiveness of engineering estimates. E. Knowledge of the locality of the project: a. Demonstrate knowledge and expertise on projects in different regions and states throughout the contract area, as well as the ability to simultaneously conduct and manage work in multiple geographic locations. 4. CONTRACT STRUCTURE: The contract will be a Multiple Award Task Order Contract (MATOC) and the Government intends to award of a minimum of three (3) and a maximum of six (6) IDIQ contracts. The contracts will be structured with a five (5) year performance period with an aggregate total estimated ceiling of $19,900,000 for the three to six contracts. No options will be used and the contracts will either end after the five (5) year performance period or after the aggregate total value of all task orders awarded reaches $19,900,000 whichever comes first. The contracts shall have a guaranteed minimum contract amount of $5,000. Each task order will have a scope of work that will describe the specific project requirements and the length of its performance period. The performance period of individual task orders vary based on the level of effort required by the scope of work. Awardees shall be provided a fair opportunity to be considered for each task-order exceeding $3,000 in accordance with Federal Acquisition Regulation (FAR) Part 16.505(b) (1). 5. REQUIRED REGISTRATIONS: All A-E firms are advised that any entity wishing to do business with the federal government must be registered in the System for Award Management (SAM) at the time of SF 330 submission. To register an entity in SAM, follow these steps: Step 1: Access the SAM online registration at www.sam.gov. Step 2: Create a User Account. Step 3: Click on "Register New Entity" from the left side navigation pane. You must have a Data Universal Numbering System (DUNS) number in order to begin the registration process. Step 4: Complete and submit the online registration. 6. SUBMISSION REQUIREMENTS: Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. This attachment will be included in the total page count. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses shall not exceed 80 pages single sided print or 40 pages double-sided print. Responses will be presented using standard page size (8.5-in. by 11-in.), standard page margins (not less than included on the SF 330), and standard font size (not less than 11 pt. for all content added by the firm. Default font size as included in the SF 330 forms available from GSA is acceptable) other than headers, footers, tables, spreadsheets, figures, and graphics which can be provided at not less than 8 pt font. Up to three (3) pages of the total page count may be presented on 11-in. by 17-in. page size as long as it is strictly limited to the presentation of tables, spreadsheets, figures, or graphics. All pages submitted will be considered as part of the page count with the exceptions of joint venture paperwork as noted above, front cover, back cover and divider pages/tabs. Resumes submitted under Part 1 Section E are limited to those positions listed in the evaluation criteria above. Resumes will be considered as part of the page limitation. Should a firm be selected for contract award, additional positions, labor categories and their associated rates will be subject to negotiation. Substitutions of Key Personnel shall be approved by the Contracting Officer. Evaluating past performance and experience may include information provided by the firm, customer inquiries, and Government databases. Responses should be submitted in hard copy format with one (1), original and three (3) copies, and one (1) electronic copy on a CD/DVD to the Contracting Officer, Daniel B. Walker at: USCG CEU Providence Attn: Daniel Walker 475 Kilvert ST STE 100 Warwick, RI 02886 Documents shall be annotated with the solicitation number HSCGG1-15-R-PRV098. Faxed submissions will not be accepted. All inquires shall be submitted in writing no later than 7 business days prior to the response date. THIS IS NOT A REQUEST FOR PROPOSAL DO NOT SUBMIT PRICE PROPOSALS AT THE TIME SF 330 FORMS ARE SUBMITTED. THIS SOLICITATION IS ISSUED SUBJECT TO THE AVAILABILITY OF FUNDS. THE GOVERNMENT WILL RESERVE THE RIGHT TO CANCEL THE PROCUREMENT EITHER PRIOR TO OR AFTER THE SCHEDULED CLOSING DATE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-15-R-PRV098/listing.html)
- Place of Performance
- Address: Various locations in the U.S. and its territories, United States
- Record
- SN03654070-W 20150301/150227235358-b38e67e27c931948e5ba6fac29e9de34 (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 |