Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
MODIFICATION

C -- Architect-Engineer (A-E) Services for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract, for Horizontal Design Services to support the US Army Corps of Engineers - Wilmington District and the South Atlantic Division.

Notice Date
6/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM15R0012
 
Archive Date
6/14/2016
 
Point of Contact
Michael Mullen, 910-251-4710
 
E-Mail Address
USACE District, Wilmington
(michael.m.mullen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Architect-Engineer (A-E) Services for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract, W912PM-15-R-0012, for Horizontal Design Services to support the US Army Corps of Engineers - Wilmington District and the South Atlantic Division. CONTRACT INFORMATION: This procurement is 100% Small Business Set-aside. The U.S. Army Corps of Engineers - Wilmington District, South Atlantic Division intends to Solicit for an IDIQ Contract in support of the Civil Works and Military Planning and Design Program. It is anticipated that up to two (2) Contracts will be negotiated and awarded. Each award will be for a one (1) year base period and three (3) optional years for a term not to exceed a total of four (4) years. The Government reserves the right to exercise all optional periods to the full contract amount of $5,000,000 value during the four (4) year life of each contract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total Indefinite Delivery Contract value not to exceed $5,000,000 over the four (4) year life of the contract. The maximum task order is estimated to be $700,000, IAW FAR 52.216-19 a contractor is not obligated to accept a Single Task Order over the established maximum, however they may choose to do so. This IDIQ will have a minimum guarantee of $2,500. The estimated award date of the contract is August 2015. 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. The North American Industrial Classification System (NAICS) code for this project is 541330, which has a size standard of $15 million in average annual receipts. REGISTRATION: Offerors shall have and maintain an active registration in the following database: System for Award Management (SAM) at http://www.sam.gov to be eligible for a Government contract award. PROJECT INFORMATION: The firm(s) selected will be required to provide all phases of Planning, Engineering, and Design for both civil works and military programs. Civil Works program task orders may include: Preliminary Reconnaissance Phase Studies, Feasibility Report Development, Engineering Design, and Detailed Construction Plans and Specifications. Military program task orders may include: development of concept designs, design analysis and Detailed Construction Plans and Specifications. Types of projects will include both Inland and Coastal to include: site development, utility infrastructure improvements, flood damage reduction, coastal protection and beach nourishment, shoreline and stream bank erosion protection, shallow and deep draft navigation, environmental and eco-system habitat restoration, storm water management, comprehensive watershed evaluations and multipurpose water resources projects. These contract(s) are intended primarily for projects within the geographical boundary of the USACE South Atlantic Division (SAD). However, work may be awarded for customer projects that align with SADs geographical boundaries. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in DESCENDING order of importance. Criteria A-F are PRIMARY. Criteria G is SECONDARY and will ONLY be used as quote mark tie-breakers quote mark among technically equal firms. A.Professional Qualifications: The selected firms must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Civil Engineers; (2) Coastal Engineers; (3) Cost Estimators; (4) Geotechnical Engineers; (5) Hydraulic Engineers; (6) Economists; (7) Biologists; (8) Environmental Engineers; (9) Geologists; (10) Structural Engineers; (11) Mechanical Engineers; (12) Electrical Engineers; (13) Archaeologists; (14) Planners. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. B.Specialized Experience and Technical Competence: Additional evaluation factors are provided in order of importance: (1) Comprehensive engineering services from concept design through detailed plans and specifications for both civil works and military projects. (2) Experience with site development to include the following, but not be limited to: grading plans, surveying, storm water management, storm drainage systems and erosion control. Experience with new and/or upgrades of roads, parking lots, concrete aprons & pads, sidewalks, landscaping & irrigation systems, electrical/communications/signal duct banks. (3) Experience with both Inland and Coastal projects to include: flood damage reduction, coastal protection and beach nourishment, shoreline and stream bank erosion protection, shallow and deep draft navigation, environmental and eco-system habitat restoration, comprehensive watershed evaluations and multipurpose water resources projects. (4) Experience in all areas of Hydrologic, Hydraulic, Sediment and Coastal Engineering including the use of all HEC software, standard Hydrology and Hydraulics software. (5) The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing either the most current version of MCACES (MII) estimating software or the most current version of Cost Works estimating software. The firm selected must demonstrate experience utilizing both estimating software systems either through training or use. (6) Experience in all areas of geotechnical investigation and analysis to include: foundations, retaining walls, sheet pile walls, bearing capacity, slope stability, settlement, consolidation, and geotechnical soil testing. (7) Experience with Microstation CADD, InRoads (3D model) and ARC GIS. (8) Experience in planning activities includes plan formulation, economic and socio-economic analysis, historic, cultural and environmental assessments and evaluation. (9) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to cost control, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C.Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $200,000 individual task orders simultaneously. D.Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Submit up to 10 example projects completed in the past five years that demonstrate experience listed above. E.Knowledge of the Locality: Familiarity with the conditions, control and regulations effecting work in portions of North Carolina, Virginia. F.Knowledge of the Locality: Familiarity with the conditions, control and regulations effecting work in portions of South Carolina, Georgia, Florida, Alabama and Mississippi. G.Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Note: Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Technical inquiries: All questions and requests for information (RFI's) should be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet. A.Questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation. B.To submit and review bid inquiry items, bidders must be a current registered user or self-register into the system. To self-register, go to www.projnet.org\projnet, click BID tab, select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click quote mark Continue. quote mark From this page you may view all bidder inquiries or add an inquiry. Offerors questions will be acknowledged via email, followed by an answer to the question after it has been processed by our technical team. i.The Solicitation Number is: W912PM-15-R-0012 ii.The Bidder Inquiry Key is: PNYKDF-BWJ8YP C.Bidders/Offerors are requested to review the SF 330 Instructions, the solicitation in their entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The name of the submitter or firm is not published for the public viewing on the report of all Bidder Inquiries. Bidders/ Offerors are on notice of, and assumed to be aware of, all inquiries, responses, and information posted in the Bidder Inquiry System up to the date of required submission, whether the inquiry was generated by the Bidder/Offeror themselves or another potential Bidder/Offeror. D.Government responses to questions and RFI's relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment to the solicitation is issued. In the case of any conflicts, the solicitation governs. E.The ability to enter questions and RFI's will be disabled seven (7) days prior to the closing date stated in the solicitation. The Government reserves the right not to respond to questions/inquiries received after that date. No Inquiries will be accepted by the Bidder Inquiry system within seven (7) calendar days prior to the date of bid opening. However, the Bidder Inquiry system may still be accessed to view answers/replies to previous inquiries until the bid opening. Note: Personal visits to discuss this announcement will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualifications for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. SUBMISSION REQUIREMENTS: Interested Architect-Engineers firms having the capabilities to perform this work must submit Parts I and II of the SF 330 ELECTRONICALLY by 10 A.M. Eastern Daylight Time on 22 June 2015, to both the POC's for this announcement; Michael Mullen, Contract Specialist (Primary POC) at michael.m.mullen@usace.army.mil and the Contracting Officer, Charlenne Figgins (Secondary POC) at charlenne.l.figgins@usace.army.mil. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Time is of the essence, therefore any submissions received after the exact time specified for receipt will be considered late, and will be processed IAW FAR 15.208, Submission, Modification, Revision, and Withdrawal of Proposals. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter, or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file through ORCA, it will not be considered (FAR 36.603(b)). In Section H, Firms shall present an organization chart and a narrative describing how the organization will function. Those functions to be subcontracted out shall be clearly identified. Firms may opt to refer to the organizational chart provided in Section D when submitting the required narrative within Section H. In Section H, describe owned or leased equipment that will be used to perform this contract. Content contained in cover letters, company literature and extraneous materials is not desired and will not be considered. Firms must include the DUNS number for the office of the firm performing the work in Section B.5. of the SF 330. Include DUNS numbers for the prime and key subcontractors in the SF330, Page 1, Block 10. The entire submission of the SF 330 must not exceed 10 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf) in a Font 10 point or larger. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Resumes in Section E and example projects in Section F shall not exceed one (1) page each. Indicate in Section C.11 if the prime has worked with the team members in the past five (5) years. In Section G.26, include the firm each of the key personnel is associated with. Cover letters, company literature and extraneous materials are not desired and will not be considered. Firms are highly encouraged to include a delivery receipt when electronically sending their submissions. Per FAR 15.208, electronic proposals received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals will not be considered quote mark late quote mark. It is the firm's responsibility to ensure that the submissions are received by the designated time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3665df3beb7ea1ad51ac1ba9cb2e9a2)
 
Record
SN03764754-W 20150617/150615234822-a3665df3beb7ea1ad51ac1ba9cb2e9a2 (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.