Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SPECIAL NOTICE

C -- PREPARATION OF STORM MANAGEMENT PLAN & DEVELOPMENT OF PLANS AND SPECS FOR DRIVEWAY ACCESS TO BLDG 21270 FROM HPM ROAD, WHITE SANDS MISSILE RANGE, NM.

Notice Date
5/7/2015
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-15-R-0959
 
Archive Date
6/6/2015
 
Point of Contact
Leeona D. Baynard, Phone: 8178861063, Christopher A. Ainsworth, Phone: 8178861084
 
E-Mail Address
leeona.d.baynard@usace.army.mil, christopher.a.ainsworth@usace.army.mil
(leeona.d.baynard@usace.army.mil, christopher.a.ainsworth@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Fort Worth District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firm. This contract is being procured in accordance with Public Law (PL) 92-582, formally known as the Brooks 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 North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded, approximately in May 2015. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. No state level certifications will be accepted. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order: (1) Uniquely specialized experience, (2) Performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) Current capacity and ability to accomplish the order in the required time, (4) Equitable distribution of work among the contractors, (5) Past Performance Price, and, (6) Professional Qualifications. a. Nature of Work: Construction Range is between $1,000,000 and $5,000,000. A-E Services are required to prepare a Storm Water Management Plan and road design for Building 21270 at White Sands Missile Range, NM, in accordance with applicable UFC standards and Section 438 of the Energy Independence and Security Act of 2007 (EISA Section 438). b. Contract Award Procedure: The Service Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via SAM Internet site at http://acquisition.gov. c. Place of Performance: The project is anticipated to be within the White Sand Missile Range, New Mexico. 2. PROJECT INFORMATION: The Storm water Management Plan shall evaluate both the upstream and downstream impact of the proposed improvements during 24-Hour duration, 50-year storm frequency event. Drainage improvements for the flooding protection of existing building for this storm event shall be included in the report. The Design-Bid-Build construction documents for the road design will be based upon the approved Storm water Management Report. This Contract will include preparation of a Design-Bid-Build Package including specifications resulting in a complete and usable facility. All work shall conform to the UFC, Army design criteria, ATFP criteria, and the Fort Worth District AEIM. The A-E shall furnish all labor, supervision, supplies, equipment, materials, and expenses to perform the required services. The storm water management plan must be completed by August 2015 and the driveway access design completed by September 2015. The following key services will be provided by the A-E under this Contract: Current Working Estimates (MII), Storm water Management Plan, Roadway Design, Construction Specifications (SpecsIntact), Dr. Checks (ProjNet) Reviews, On-Site Kick Off meeting, CMRA Reporting, AT-OPSEC Requirements, and Support Services (Bidder Inquiries, Amendments). Detailed services will be denoted in the actual A-E Statement of Work. All drawings must meet CESWF CAD, BIM, and GIS criteria. Deliverables will include: Hard Copies and/or CDs. The A-E firm shall become acquainted with all available site related information to properly estimate the difficulty and/or cost of successfully executing the work under this task order. 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-e is primary. Criteria f-h is secondary and will only be used as "tie-breakers" among firms that are essentially technically equal (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must demonstrate expertise in the following: (1) Hydrologic and Hydraulic Analysis leading to the development of Storm Management Plans (2) Development of plans and specs for driveway access/roadway design. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. (b) PROFESSIONAL QUALIFICATIONS: Qualified professional personnel in the following key disciplines shall be provided: project manager, hydraulic /hydrology engineer, civil engineer, and cost estimator. The key personnel must be registered/certified to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. The title of the roles on the resumes and the organizational chart need to match the required disciplines. (c) Past Performance: 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 Federal Awardee Performance and Integrity Information Systems (FAPISS). The FAPIIS web site is http://www.ppirs.gov/. (d) Capacity: Firms must demonstrate adequate team capacity to submit the concept storm water management plan by August 2015 and complete the road design by September 2015. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (e) Knowledge of the Locality: Firms must demonstrate familiarity with the SWD areas, primarily Texas and New Mexico, and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements and regulatory agencies. (f) VOLUME OF DoD CONTRACT AWARDS: In Section H, Part I, SF 330, firms must show their past 12 months of DoD contract awards stated in dollars (see details in subsequent paragraph 4 (f)). (g) Geographic Proximity: Proximity is the physical location of a firm in relation to the location of a project. The primary geographic location of this contract is White Sands Missile Range, NM. (h) Utilization of Small Business Firms: The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority intuitions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or a joint venture partner; the greater the participation, the greater the consideration. 4. SUBMITTAL REQUIREMENTS: In an effort to reduce paperwork and cost, ALL SF 330s shall be submitted electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE2/Welcome.aspx. At the AMRDEC SAFE website, select the link: I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as the Guest User, to register, access the site and submit your proposal(s). When completing the information for transmittal at the AMRDEC SAFE website, notification should be submitted to Contract Specialist, SFC Leeona D. Baynard, e-mail address: leeona.d.baynard@usace.army.mil. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit an SF 330 (3/2013 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 2:00 P.M. (Central Time) on the response date of 22 May 2015. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. To avoid technical difficulties, consider submitting a day prior to the deadline. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or in paper will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) submit a compiled SF 330, Part I from the Prime, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums solicited will not be used in evaluation of the selection criteria. The SF 330 shall be numbered to correspond to the paragraph numbers in the synopsis. The SF 330s shall be submitted in searchable PDF format. SF 330, PART I, ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant. (b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each sub-contractor is identified in Section C) integrates into the composite team. (c) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b). (d) In Section F, a maximum of 2 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project. (e) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-26 is not applicable. (f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. Include any other relevant information including a short discussion of why the firm is especially qualified based upon relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3(e) above, provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: awards of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders.) Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 2 pages for Block H. SF 330, Part II, ADDITIONAL INSTRUCTIONS (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Small Business, 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000. (b) In Block No. 4, Part II, provide the data Universal Numbering system (DUNS) number issued by DUN and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work. (c) Solicitation packages are not provided for the A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - SFC Leeona Baynard, Leeona.D.Baynard@usace.army.mil. Technical - Cortney Dickmann, Cortney.A.Dickmann@usace.army.mil. All questions must be submitted through the ProjNet System. OFFERORS QUESTIONS AND COMMENTS (a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. (b) To submit and review bid inquiry items, bidders will need to be current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your email address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. (c) From this page you may view all bidder inquiries or add inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries. (d) Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed by our technical team. (e) The Solicitation Number is: W9126G-15-R-0958 (f) The Bidder Inquiry Key is: SIJTC4-J347BT. (g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposed submission in order to ensure adequate time is allotted to form an appropriate response an amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the receipt of proposals will still be regarded as untimely and will not be afforded a substantive response. (h) Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. (i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the call Center is 1-800-428-HELP (1-800-428-4357). (j) Offerors will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may email: CESWF-CT-PreawardProposal@usace.army.mil (j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-15-R-0959/listing.html)
 
Record
SN03723530-W 20150509/150507234905-00b6d6e2098b7f45feb39b17b78b2a6f (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  © 1994-2020, Loren Data Corp.