Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2015 FBO #4880
SOLICITATION NOTICE

C -- Indefinite Delivery Contracts for A-E Services; Airfield Design and Evaluation Services, CONUS, Alaska and Hawaii

Notice Date
4/3/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-15-R-0004
 
Response Due
5/21/2015
 
Archive Date
6/20/2015
 
Point of Contact
Edward Jackson, 402-995-2087
 
E-Mail Address
USACE District, Omaha
(edward.j.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is 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 of Airfield Design and Evaluation Services, Various Military and Civil/Commercial Airfields, Continental United States (CONUS), Alaska and Hawaii. Target two (2) indefinite delivery indefinite quantity (IDIQ) contracts to be negotiated and awarded, with a five year ordering period and $4,900,000 in capacity for each. There will be no task order minimums, and task order maximums will be limited to amount of available remaining contract capacity. Work will be issued by negotiated firm-fixed-price task orders. When two or more indefinite delivery contracts (IDCs) available to the procuring agency contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will have available for consideration the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, professional qualifications necessary for satisfactory performance of required services, uniquely specialized experience and technical competence in the type of work required, and equitable distribution of work among the contractors. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in annual average gross receipts over the past three years. Competition for this procurement is restricted to Small Business (SB) concerns. Selected and successful firm(s) will be required to comply with the subcontracting limitations as set forth by the FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING, wherein stated in pertinent part, 'Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.' Award of the first of the two targeted contracts is anticipated between September and November 2015. Award of the second of the two targeted contracts is anticipated between December 2015 and February 2016. To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. The small business size standard for NAICS code 541330 increased from $14M to $15M, effective 14 July 2014. Ensure representations and certifications in SAM are current. 2. PROJECT INFORMATION: The scope of this Small Business IDC(s) is for Airfield Design and Evaluation Services, Various Military and Civil/Commercial Airfields, CONUS, Alaska and Hawaii. The types of services to be provided under this contract include a full range of airfield design and evaluation services, to include, but not be limited to, horizontal airfield design, development of DOD criteria related to airfields/pavements, technical reviews of horizontal airfield designs, construction phase support services, pavement destructive and non-destructive testing, geotechnical subsurface investigations, field and laboratory testing of pavement materials, PAVER Pavement Management System implementation of roads and airfields, conducting airfield design/construction workshops, developing future planning requirements, specialized consulting services and engineering studies related to the planning, design and construction of airfields (pavements, airfield lighting and NAVAIDS, etc.). It is expected that most projects will be located on Army and Air Force installations. The AE selected would be required to have sufficient staff, flexibility and capability to be available on an as-needed basis. Design and/or construction support services for specific facilities or projects will be assigned by Task Orders on the IDIQ contract(s) established as a result of this solicitation. Each task order to be issued will identify all work to be accomplished. All projects will be located within CONUS, Alaska and Hawaii. The design projects will include various types of horizontal airfield facilities on military and civil/commercial airfields. Examples of projects may include, but not be limited to, airfield runways, taxiways and aprons, heliports, airfield lighting and navigational aids, airfield lighting vaults, small ancillary structures for airfield lighting and navigation aids, unmanned aircraft systems (UAS) facilities, aircraft arresting systems (AAS), storm drainage, utilities, etc. Design projects may include new facilities or repair and maintenance of existing facilities. Design services to be performed include, but are not limited to, preparation of horizontal design/construction documents, preparation of design/build requests for proposals (RFPs), charrette/concept designs, schematic designs, planning, programming, site investigations, surveying and geotechnical investigations, parametric and construction cost estimating, feasibility studies, National Environmental Policy Act (NEPA) documents, plan formulation, etc. Construction cost estimating will be accomplished for all design projects using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. All specifications shall be developed and edited using the SpecsIntact automated specification processing system. Computer Aided Drafting and Design (CADD) will be used for design projects under this solicitation. CADD format (Microstation (DGN) or AutoCAD (DWG) will be specified in task order. The AE shall use the latest version (reference: https://cadbim.usace.army.mil/) of the A/E/C CAD Standard and the latest Workspace and Templates. The AE may be required to use the Dr. Check's design review and checking system. AE may be required to provide master planning services such as: facility master planning for various federal customers such as the Army and Air Force, Public Works real property master planning, facility allowance analysis, MILCON DD Form 1391 development and other programming level analysis. Any testing laboratories used for design or construction purposes as required herein shall be USACE validated (http://www.erdc.usace.army.mil/Portals/55/docs/CEERD-GV/CEERD-GM-C/CEERD-GM-C_ValidatedLabs.pdf). Laboratories for testing concrete and concrete aggregates shall conform to ASTM C1077 and all other UFGS related tests. Concrete laboratory testing technicians, concrete strength testing technicians and concrete field testing technicians must be ACI certified. Laboratories for testing asphalt pavement shall conform to ASTM D3666 and shall participate in the AASHTO Materials Reference Laboratory (AMRL) program. Laboratories for testing soil and rock shall conform to ASTM D3740. Sustainable design shall be accomplished using an integrated design approach and emphasizing environmental stewardship; energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments. Integration of current Antiterrorism and Force Protection (AT/FP) measures will be required on all military design projects. Construction support services may include, but not be limited to: participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; review of contractor's request for information (RFI); participation in site visits and development of inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria 'a' through 'd' are primary. Criterion 'e' is secondary and will only be used as a 'tie-breaker' among firms that are essentially technically equal. a. Specialized Experience and Technical Competence. Submittals shall demonstrate the specialized experience and technical competence to execute the types of projects and activities as indicated above in paragraph 2, PROJECT INFORMATION, and in the list of subitems (i) through (v) below. The subitems below are listed in descending order of importance. Only relatable experience that has occurred in the last five years should be included in the submittal. Project examples submitted should be of completed projects (i.e. design complete). All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) (i) Experience in design of horizontal airfield construction projects including, but not limited to, grading, drainage, pavement, airfield markings, airfield lighting and NAVAIDS. Experience designing projects on Army and Air Force installations is preferred. Firms should demonstrate experience using MicroStation and AutoCAD to develop Computer Aided Drafting and Design (CADD) design drawings. Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system and preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software; (ii) Experience using and developing Army and Air Force design guidance, including Unified Facility Criteria (UFC) documents and Unified Facility Guide Specification (UFGS), engineer technical letters (ETLs) and other military design criteria documents. Experience using the PCASE Pavement Design & Evaluation Software to design/evaluate airfield pavements; (iii) Experience with construction phase support services including participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals; (iv) Experience conducting airfield pavement destructive and non-destructive testing/evaluations; (v) Experience implementing the PAVER Pavement Management System. Experience performing PAVER implementations on Army and Air Force installations is preferred. b. Professional Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience for key design disciplines. Evaluation of professional qualifications will consider education, training, relevant experience in design of military and federal facilities and longevity with the firm. Experience working on applicable Army and Air Force projects is desirable and should be identified. (SF 330, Part I, Sections E & G). Provide resumes for a minimum of two (2) project managers (team leaders), Project managers should be a U.S. registered Professional Engineer and have at least five (5) years of experience in airfield project management. Provide resumes for a minimum of two (2) civil engineer airfield designers. Designers should be a U.S. registered Professional Engineer and have at least five (5) years of experience in airfield design. Provide resumes for a minimum of two (2) geotechnical pavement design engineers. Designers should be a U.S. registered Professional Engineer and have at least five (5) years of experience performing subsurface investigations and evaluating and designing airfield pavements. Provide resumes for a minimum of two (2) electrical engineer airfield lighting and NAVAIDS designers. Designers should be a U.S. registered Professional Engineer and have at least five (5) years of experience in designing airfield lighting and NAVAIDS (e.g. ILS, PAR). Provide resumes for a minimum of two (2) construction engineers. Construction engineers should be a U.S. registered Professional Engineer and have at least five (5) years of experience in construction of airfield pavements and/or airfield lighting and NAVAIDS. At least one engineer should have experience in construction of airfield pavements and at least one engineer should have experience with construction of airfield lighting and NAVAIDS. Provide resumes for a minimum of two (2) civil engineers or technicians. Engineers or technicians should have at least five (5) years of experience inspecting pavements and implementing the PAVER Pavement Management System. Provide a resume for one (1) cost engineer with at least five (5) years of experience as a cost engineer. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC) or comparable certification. c. Capacity. Demonstrate capacity to perform nationwide (i.e. CONUS, Alaska and Hawaii). Demonstrate capacity to complete task orders within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish at least four (4) $200,000 simultaneous individual task orders, or two (2) $500,000 simultaneous task orders. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1). A proposed Management Plan shall be presented that includes an organization chart (reference SF330, Part I, Section D) and addresses team organization (reference SF330, Part I, Section C), any anticipated sub-contractors or entities to supplement the design team, quality control procedures, cost control, coordination of in-house disciplines and consultants required to meet work capacity. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2). d. Past Performance. Past performance on DoD and other contracts with respect to the quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules, as determined by CPARS/ACASS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.) e. Volume of DOD Contract Awards. 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 SB and SDB (SF 330, Part I, Section H, Item 3). 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/subcontractors, to US Army Corps of Engineers, Omaha District, ATTN: Edward Jackson (CENWO-CT-M), 1616 Capitol Ave., Omaha, NE, 68102, not later than 2:00pm Central time on the response date indicated in this announcement. SUBMITTAL PACKAGES MUST ALSO INCLUDE A CD CONTAINING A COMPLETE COPY OF THE SUBMITTAL AS A SINGLE PDF FILE (where a 'complete copy of the submittal' is equal to an SF 330 Part I and Part II combined, where 'Part II' means a separate SF330 Part II that is complete for the prime firm and each consultant/subcontractor firm). Submittal must clearly identify the announcement number. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 3/2013 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. The submittal shall have a page limit of 100 pages (total of 100 pages allowed for complete copy of the submittal, ALL-INCLUSIVE). The selection board will not evaluate beyond 100 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. Organizational charts may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature and extraneous materials are not desired and will not be considered. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. If more than 10 projects are submitted, only the first 10 projects will be evaluated. Use no more than two (2) pages per project. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. Past Performance evaluations (CPARS/ACASS, PPQ - reference Paragraph 3.d. above) shall be submitted for each project provided in SF 330, Part I, Section F. SF 330, Part I, Section H (Additional Information) shall contain the following information. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 - Capacity. Reference Paragraph 3.c. above. Provide a 1-2 page narrative discussing the capacity of the design firm to perform nationwide and to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. (2) Item 2 - Management Plan - Include the information requested in Paragraph 3.c. above. (3) Item 3 - Volume of DOD Contract Awards - Reference Paragraph 3.e. above. Provide a complete listing of all DOD A-E awards within the last 12 months. For IDCs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDCs. For all types of contracts, do not include for consideration options that have not been exercised. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions 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. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 07 MAY 2015 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-15-R-0004 The Bidder Inquiry Key is: 6528WX-JM43H4 Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-R-0004/listing.html)
 
Record
SN03689176-W 20150405/150403234758-1f6897b9ac23e088e4d9db6ae47f6744 (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.