Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
MODIFICATION

C -- National IDIQ Contract for Architect/Engineering Services to Support Headquarters and the Risk Management Center on Dam and Levee Safety Projects within the US Army Corps of Engineers Civil Works Mission Boundaries

Notice Date
5/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-50917399
 
Response Due
5/28/2015
 
Archive Date
7/18/2015
 
Point of Contact
Chris Brackett, 502-315-6211
 
E-Mail Address
USACE District, Louisville
(christopher.t.brackett@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. GENERAL CONTRACT INFORMATION: This is a competitive procurement open only to SMALL BUSINESSES. Up to two (2) Indefinite Delivery/Indefinite Quantity Architect-Engineer Services contracts will be procured in accordance with the Brooks Act PL 92-582 as implemented in the Federal Acquisition Regulations (FAR) Subpart 36.6. The proposed services, which will be obtained by a negotiated firm fixed price contract, are for Architect/Engineer services to support USACE Headquarters and the Risk Management Center on dam and levee safety projects within the USACE civil works mission boundaries, which will include projects within the United States and its territories. Projects outside the primary mission area of responsibility may be added at the Government's discretion upon agreement of the A-E firm. Projects will be awarded by individual firm-fixed price task orders. The maximum cumulative contract value is $10,000,000. The contract period is a five year contract with no option years. Estimated contract start date is August 2015. NAICS Code: 541330. Size Standard: $15M. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2. PROJECT INFORMATION: The required A-E Services to be provided under these contracts will be multidisciplinary (see Specialized Experience and Technical Competence) in nature to support the mission of the U.S. Army Corps of Engineers Risk Management Center relating to dam and levee safety engineering. They will include, but are not limited to: 1.Dam and levee safety engineering services involving geotechnical engineering, hydraulic engineering, hydrology, geology, geomorphology, geophysics, seismology, mechanical engineering, electrical engineering, structural engineering, economics, consequence determination, environmental, geographic information systems, computer aided design and drafting, construction cost estimating, construction cost and schedule risk analysis, construction engineering and surveying will be required to support the program. These services may be in support of site characterization studies, engineering evaluations and analyses in support of hydrologic (Inflow Design Flood) and seismic loading, consequence studies, periodic inspections, levee screenings, feasibility studies, preliminary designs, value engineering, constructability reviews, or other analyses or studies related to the dam and levee safety program. 2.Risk analysis services involving expert elicitation, risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, dam safety modification studies, periodic assessments, determination of total and incremental risk reduction benefits that can be realized from corrective actions, risk facilitation, risk software operations, report preparation and other risk related studies and evaluations under the dam and levee safety programs. 3.Technical review services for dam and levee safety engineering products including safety assurance reviews, agency technical reviews and subject matter expert reviews of reports, studies, risk analyses, risk assessments, design documents, construction drawings and specifications, construction cost estimates, constructability reviews and physical construction. Safety Assurance Reviews (SAR) or Type II Independent External Peer Reviews (IEPR) will include a review of the design and construction activities prior to the initiation of physical construction and periodically thereafter until construction activities are completed on a regular schedule sufficient to inform the Chief of Engineers on the adequacy, appropriateness, and acceptability of the design and construction activities for the purpose of assuring public health, safety, and welfare. Agency Technical Reviews (ATR) will include review of decision and implementation documents quote mark to ensure the quality and credibility of the government's scientific information quote mark for policy documents, studies and reports, design and construction documents, and other documents as needed. Other technical reviews by subject matter experts (SME) could include review of dam or levee safety program products or processes involving pre-construction, engineering design, or construction. 4.Support activities for dam and levee safety programs including expertise in program and project management, project controls (cost and schedule), technical editing and report graphics, meeting and technical facilitation and collaboration, administrative support, foreign language engineering and scientific translation, consensus building, conflict resolution, collaborative decision making and risk communication support. Project-specific requirements will be described in each individual task order's Statement of Work. Multiple task orders may be awarded with similar completion schedule and overlapping delivery dates for projects within the USACE civil works mission boundaries, which will include projects within the United States and its territories. Work shall be accomplished in full compliance with established USACE manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirements. 3. SELECTION CRITERIA: The selection criteria are listed below with primary criteria weighted more heavily than secondary criteria. Criteria A thru D are primary and weighted equally. Criteria E through F are secondary and weighted equally. Secondary criteria will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: In Block H indicate the estimated percentages involvement of each firm on the proposed team or describe the type of work and roles the prime and subcontractors will perform under this contract. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. 1.Experience in dam and levee safety engineering for large, high-hazard potential dam projects exceeding 75 feet in height or levee projects exceeding 20 feet in height and 10 miles in length as described in Project Information Section 2.1 above. The basis of the evaluation will be the information in Section F of the SF 330. Project descriptions shall clearly state extent of scope of work completed by the submitting firm. All submitted projects must have been completed within the last 10 years. 2.Experience in quantitative risk analyses for large, high-hazard potential dam projects exceeding 75 feet in height or levee projects exceeding 20 feet in height and 10 miles in length using the quantitative risk analysis approach and methodologies utilized by USACE or similar as described in Project Information Section 2.2 above. The basis of the evaluation will be the information in Section F of the SF 330. Project descriptions shall clearly state extent of scope of work completed by the submitting firm. All submitted projects must have been completed within the last 10 years. 3.Experience in technical reviews of dam and levee safety engineering products as described in Project Information Section 2.3 above. The basis of the evaluation will be the information in Section F of the SF 330. Project descriptions shall clearly state extent of scope of work completed by the submitting firm. All submitted projects must have been completed within the last 10 years. 4. Experience in support roles for dam and levee safety program activities as described in Project Information Section 2.4 above. The basis of the evaluation will be the information in Section F of the SF 330. Project descriptions shall clearly state extent of scope of work completed by the submitting firm. All submitted projects must have been completed within the last 10 years. B. Professional Qualifications: Firms must submit a minimum number of qualified personnel in the key disciplines listed below with significant professional experience in dam and levee safety engineering and quantitative risk analysis of dams and levees applying USACE methods and procedures, or similar, in using risk informed decision making processes. The awarded firms must have the minimum number required (either on staff or as a subconsultant which meets the minimum requirements) for each of the key disciplines and experiences levels. The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certificates and longevity with the firm. The firm should indicate professional registrations/licenses, advanced degrees or training, certifications from commercial organizations, professional recognition, professional associations, and specific work experience of key personnel. All levels of disciplines described below shall be registered professional engineers or geologists in the United States. Experience levels are described below for qualified dam and levee safety experience and qualified risk analysis experience. Level 1 personnel must demonstrate a minimum of five (5) years of engineering experience in dam or levee safety planning, engineering, design and/or construction. Level 2 personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design and/or construction. Level 2R personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of three (3) years of quantitative risk analysis experience on large, high-hazard potential dams ( greater than 75 feet high) or levee systems ( greater than 20 feet high and 10 miles long). Experience must meet the requirements of the Level 2, plus participation on risk analysis teams for dam and levee systems, including estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences. NOTE: Level 2R personnel may also be designated as Level 2 or 3. Level 3 personnel must demonstrate more than twenty (20) years of engineering experience in dam or levee safety planning, engineering, design and/or construction. Level 3R personnel must demonstrate more than twenty (20) years of engineering experience in dam or levee safety planning, engineering, design and/or construction, AND a minimum of five (5) years of quantitative risk analysis experience on large, high-hazard potential dams ( greater than 75 feet high) or levee systems ( greater than 20 feet high and 10 miles long). Experience must meet the requirements for a Level 2R, plus leading risk analysis teams, conducting team elicitation, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of risk analysis reports and corrective action studies for dam and levee modifications is required. NOTE: Level 3R personnel may also be designated as Level 3. 1.The basis of the evaluation will be the qualifications of personnel in the key disciplines listed in Part II of the SF 330. Firms will be ranked on the qualified registered professional personnel in the following key disciplines: Level 2 engineering disciplines: provide two (2) resumes for Geotechnical Engineer, Engineering Geologist, Hydraulic Engineer, Hydrologist and Structural Engineer; provide one (1) resume for Seismologist. Level 3 engineering disciplines: provide two (2) resumes for Geotechnical Engineer, Engineering Geologist, Hydraulic Engineer, Hydrologist and Structural Engineer; provide one (1) resumes for Seismologist. Level 2R risk specialists: provide two (2) resumes for Geotechnical Engineer and two (2) resumes for an Event Tree/Risk Analysis Software Operator (professional registration not required for the software operator). Level 3R risk specialists: provide two (2) resumes for Geotechnical Engineer, Engineering Geologist, Hydrology/Hydraulics Engineer and Structural Engineer and two (2) resumes for a Consequence Specialist with experience in estimating economic and life loss damages (professional registration not required for the consequence specialist). In addition to key disciplines listed above, firms must submit two (2) resumes for each of the following: Level 1 support technical disciplines: Materials Engineer, Instrumentation Engineer, Electrical Engineer, Mechanical Engineer and Project Manager. Level 1 support technical disciplines: Cost Engineer with at least 5 years experience as a Cost Engineer for dam or levee safety planning, engineering, design and/or construction projects. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification. The selected firms will be required to submit rates for disciplines in addition to those listed above for support services to include the following: a project controls specialist, collaboration facilitator, CADD technician, GIS specialist, technical editor and graphics specialist. Resumes for these positions are not needed in your response to this solicitation. 2.Firms shall present, in Block H of the SF 330, a proposed organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key point of contact). Include in your submittal the DUNS number and CAGE code for each firm listed in the SF 330 C. Past Performance: The evaluation will consider past performance of the firm in general and specifically on work related to dam and levee safety engineering assignments and risk analysis and risk informed decision processes on DoD and other government contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS and other sources. Letters of commendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature to those described in Section 2 above and shall be no older than three years to be considered. D. Capacity to Accomplish the Work: The evaluation will consider capacity of the firm to perform up to $1,000,000 in work for the required type in a one-year period and to accomplish the anticipated work in an efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm shall designate one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experience areas is encouraged. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; strong ability to provide necessary personnel for expedited, complex and unexpected work; strong ability to initiate, manage and complete multiple concurrent task orders; strong ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. Only resumes identifying the professionalism and specialized experience of key members of the design team are necessary. Other available personnel may be specified in block H of the SF330. E. Volume of DoD: Contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I To be eligible for award, a firm must have a DUNS number and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on http://www.acquisition.gov. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. Eastern time on 28 May 2015. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Chris Brackett at (502) 315-6211, Email: christopher.t.brackett@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-50917399/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03736306-W 20150521/150519235621-2af1151e6304f43564dc7b77e13a32a2 (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.