SOLICITATION NOTICE
C -- Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies
- Notice Date
- 11/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-16-R-0006
- Archive Date
- 1/6/2016
- Point of Contact
- Joyce F Powell, Phone: 2516943791
- E-Mail Address
-
joyce.f.powell@usace.army.mil
(joyce.f.powell@usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- Document Type: Pre-Solicitation Announcement Classification Code: C - Architect and Engineering Services Subject: Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies. Solicitation Number: W91278-16-R-0006 Set-Aside Code: Partial Response Date: 12/22/2015 Place of Performance: US Army Engineer District, Mobile - Military 109 St. Joseph Street 541 Mobile, AL 36602 Description: ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Ms. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an IDC to provide professional environmental engineering and service support to military, civil, and federal agencies. It includes professional services to support military and civil environmental programs for Headquarters, Department of Defense; U.S. Air Force; U.S. Army; U.S. Army Reserves; U.S. Army National Guard; U.S. Navy; U.S. Marine Corps; and Defense Logistics Agency projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security; National Institutes of Health; Centers for Disease Control; and other Federal agency projects. The contractor will be required to perform services in support of Mobile District federal/military customers and projects as assigned to Mobile District. This announcement plans to issue three (3) Unrestricted ID/IQ, Single Award Task Order Contracts, and one (1) Small Business ID/IQ contract. The Government may award less than or more than four SATOCs depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. The total shared capacity of all unrestricted awards will be $9,000,000, and the total shared capacity of all restricted awards will be $1,000,000. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate proposal MUST be submitted for each category in which the firm wants consideration. 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. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation to a combination of Unrestricted and Small Business. It is the intent to award four (4) contracts, three (3) from the Unrestricted, and one (1) contract from Small Business set-aside. The contracts will be awarded for a term not to exceed a total of three (3) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $9,000,000 for Unrestricted and $1,000,000 for the Small Business set-aside categories over the three-year life of the contract. A firm fixed price contract will be negotiated. In the event that a contract cannot be awarded in the restricted categories, the IDIQ contract capacity will be awarded to other highly qualified firms in the unrestricted category. No one firm will receive more than one award. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding 3 fiscal years. All interested Unrestricted A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. Each Task order will require Contractor Manpower Reporting for all contractor labor hours (including subcontractor labor hours) for performance of services under these contracts for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Governmental fiscal year which runs October 1 through September 30 of each calendar year. PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of comprehensive environmental, planning, conservation restoration, miscellaneous sustainment, and support for the following: Headquarters, Department of Defense, U.S. Air Force, U.S. Army, U.S. Navy, U.S. Marine Corps and Defense Logistics Agency projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security, National Institutes of Health, Centers for Disease Control, and other Federal agency projects; document development for management, and implementation of land, natural and cultural resources programs/plans; study of contaminated sites; other water quality or water supply studies. It will include but not be limited to preparation of any of the following: All products and studies associated with preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans and Section 7 compliance documentation and studies; Clean Water Act documentation and implementing guidance; Clean Air Act documentation and implementing guidance; Installation Master Plans/General Plans; Encroachment Studies, Land Acquisition Studies, Sustainable Infrastructure Assessments, Sustainability Studies, Database and Asset Management, Condition Assessments, and Risk Assessments. Specific services include: scientific analyses and assessments of biological, ecological, cultural/historic/architectural, and archaeological resources at all study and survey levels, terrestrial and underwater, and implementation of their measures; threatened and endangered species inventories and surveys; Invasive Species Management Plan, Pest Management Plans, forest management plans and their implementation to include prescribed burn plans; Wetland Restoration Plans and their implementation; biological evaluations and assessments; Section 7 of the Endangered Species Act consultation assistance; habitat evaluations; wetlands delineations identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management planning; assisting with preparation of documents needed for coordination with interested Federal, state, tribal, and local agencies and organizations; preparation of public involvement plans and assistance in facilitation of public meetings/workshop/training; regulatory compliance; implementation of environmental audits and field assessments in support of Environmental Management Systems, Environmental Performance Assessment System, and Environmental Compliance Assessment System, development and implementation of Geographic Information Systems, similar technologies and web based program management techniques; and training and support activities for any of the above services mentioned. Additional services will include those activities required for the preparation of an Environmental Baseline Survey/Environmental Condition of Property studies; environmental support to real estate activities, decision documents that incorporate all essential issues; the preparation of Clean-up Plans, and preparation of risk assessment documentation; and deliverables associate with compliance and conformance of regulatory requirements. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Program Manager; (2) Project Manager; (3) Environmental Engineer, registration required (P.E. License number required); (4) Biologist/Ecologist/ Environmental Scientist; (5) Water Resource Planner/ Land-use Planner; (6) Cultural Resources Specialist (Must meet Secretary of Interiors Professional Qualification Standards); (7) Regulatory Specialist; (8) Traffic Specialist; (9) Socio-economist; (10) Real Property Master Planner, AICP certification number required; (11) Geologist, registration required (P.G. License number required); (12) Civil Engineer, registration required (P.E. License number required); (13) Chemist; (14) GIS Specialist; (15) Architect, registration required (RA License number required); (16) Mechanical Engineer, registration required (P.E. License number required); (17) Electrical Engineer, registration required (P.E. License number required). All disciplines must possess a minimum bachelors' degree (degree from an accredited four-year college or university) with a major in the specified field of study. Registration is required for the: Environmental Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Architect, Geologist, and Master Planner. State of registration, P.G. or P.E. license number, or AICP certification number must be included on the resume. Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline and provided in the order listed above. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. The evaluation will consider education, registration, and relevant experience in the listed discipline and longevity with the firm. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and experience of current Headquarters, Department of Defense; U.S. Air Force; U.S. Army; U.S. Marine Corps; U.S. Navy; DLA; U.S. Army Corps of Engineers; and other military and Federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies. (2) Knowledge and experience with implementation/preparation of master planning regulations/guidance/general plans, Sustainable Infrastructure Assessments, real property exchange, Community Partnership Initiatives, encroachment studies and other land management planning activities for Department of Defense agencies, Green House Gas, Sustainable Energy Initiatives, Endangered Species Act, Clean Air and Water Acts, National Historic Preservation Act, Coastal Zone Management Act, and related Executive Orders. (3) Demonstrated experience in working environmental projects/issues with the following agencies and offices: U.S. Air Force; U.S. Army; U.S. Marine Corps; U.S. Navy; Army Reserve; Army National Guard; Army Installation Management Command; Army Major Commands; Army Environmental Command; Army Installations; Defense Logistics Agency; Other Department of Defense agencies; Environmental Protection Agency; Department of Homeland Security; National Institutes of Health; President's Council on Environmental Quality; and other Federal agencies. (4) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project scheduling, 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 Unrestricted selected firms shall demonstrate the capacity to accomplish at least four (4) $500,000 individual task orders simultaneously; the Small Business selected firms shall demonstrate the capacity to accomplish at least two (2) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on military 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. E. Volume of DoD Contract Awards: Firms shall provide the volume of work awarded by DoD agencies during the previous 12 months. Volume shall be broken out into contracts, task orders, and amounts. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work as a prime contractor, may submit ONE (1) completed, Portable Document Format (PDF) of their SF 330 (Architect-Engineer Qualifications) proposal on a Compact Disc (CD) or Digital Versatile Disc (DVD) for each category (i.e., Small Business, or Unrestricted) in which the firm wishes to be considered, to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-D, ATTN: Ms. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330 current edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. PDFs shall be compatible with Adobe Acrobat XI. Proposals submitted on anything other than a CD or DVD will not be accepted. Font shall be at least 11 or larger in Arial (not Arial Narrow) for all text, tables, and figures. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 47 PAGES. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330 PART I, Section B, Block 5. The organization chart required in section D and the matrix required as Section G, Part I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both not to exceed the past five (5) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have completed a minimum of six (6) projects (either as the prime or subcontractor). Use no more than one (1) page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order issued under an ID/IQ is considered a single project. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Six of the ten (10) projects shall specifically address the following areas of emphasis with DoD Services and other Federal Agencies: Project 1- NEPA document(s); Project 2 - Endangered Species Act Biological Assessment/Section 7 Consultation support document(s); Project 3 - National Historic Preservation Act Section 106 and support documents; Project 4 - Installation Master Plans/General Plans/Area Development Plans; Project 5 - Encroachment studies/plans; Project 6 - Environmental Base Survey/Environmental Condition of Property studies. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining four (4) projects can follow the area of emphasis projects. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 12/22/2015. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 01/05/ 2016. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. 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 12/08/2015 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 inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-16-R-0006. The Bidder Inquiry Key is: 72UH82-XGUKBD. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on 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. To verify your submittal has been delivered, you may e mail Ms. S. Allison Jones at: sally.a.jones@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-0006/listing.html)
- Place of Performance
- Address: US Army Engineer District, Mobile – Military, 109 St. Joseph Street 541, Mobile, Alabama, 541, United States
- Record
- SN03950434-W 20151121/151119234658-ccf2159206daa170a5a034c7d7af62ce (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 |