Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

C -- Civil Engineering Indefinite Delivery Contract In Support of Military and Civil Works In the Norfolk District and Federal Government

Notice Date
6/30/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-R-0031
 
Archive Date
7/29/2016
 
Point of Contact
Keith Westry, Phone: 7572017035
 
E-Mail Address
Keith.O.Westry@usace.army.mil
(Keith.O.Westry@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*This is PRESOLICITATION NOTICE, please do not submit any bids, formal solicitation forthcoming* * THIS IS A 100% SMALL BUSINESS SET-ASIDE* The Norfolk District, Army Corps of Engineers is contemplating an Indefinite Delivery Contract In Support of Military and Civil Works In the Norfolk District and Federal Government BACKGROUND: Civil Design and/or other Professional Services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within or assigned to the Norfolk District's Area of Responsibility, U.S. Army Corps of Engineers (USACE) or within the Federal Government. Contract capacity may be shared with other Federal or State Agencies or USACE Districts upon approval by the Contracting Officer and acceptance by the Contractor. a. The Scope of this solicitation will encompass Civil Engineering services for a broad variety of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Federal or state Agencies. The work and type of services will consist primarily of preparation of design analyses and reports; plans and specifications for the site designs of predominantly vertical construction projects; horizontal construction projects may also be in the variety of work assigned. The contactor may conduct field investigations and will provide engineering services in the areas of Civil, Structural, ATFP, Surveying, Landscape Architecture, Geotechnical, Hydrology, analysis, design and cost estimating, and Value Engineering. The A-E firm shall have extensive experience in working with LID (low impact development), BMP (best management practices) and have worked on projects that implemented EISA (SECTION 438) and with state regulatory agencies responsible for storm water management and designing storm water facilities and systems with zero discharge from project sites. This will be a firm fixed fee contract. All work must be performed by or under the direct supervision of licensed professional Engineers. The work required extends beyond a single project effort, in that it involves the planning, design, scheduling, management, coordinating, investigating, and CADD support for a fluctuating flow of simultaneous, though unrelated, delivery orders. Therefore, the Contractor will be required to respond rapidly to Government requirements with outstanding professionalism and top quality craftsmanship, without compromising professional standards, current mission requirements, and end user readiness. It is imperative that the Contractor provides a flexible work force of the highest quality. b. One indefinite delivery contract (IDC) will be negotiated and awarded, with a five (5) year base period with no option years. The total amount for this solicitation will not exceed $5,000,000 over the five (5) year period. Work is subject to availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firms considered highly qualified will be awarded a contract. Prior to award, the Government will negotiate the rate of an escalator which will adjust for inflation the IDC rates every twelve (12) months during the life of the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. 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. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the Internet site at https://www.sam.gov SIZE STANDARD: The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is a small business set aside. Therefore limitations on subcontracting will apply to each contract and subsequent task orders. Reference: FAR Clause 52.219-14(b)(1). Small business firms must be registered in the database maintained by the U.S. Small business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed contractors. 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, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, firms must be registered in DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423 CONTRACT INFORMATION: No specific projects or tasks are identified at this time and therefore funds are not presently available for tasks under the contract. As projects are received for execution, use of the contracts awarded under this announcement will be considered if A-E Services are to be utilized. The nature of the work ranges from minor to extensive design, study, review, consulting, estimating, reports, surveys, field investigations, CADD/ BIM, and construction management services in support of construction / modification / alteration / maintenance / repair / rehabilitation of existing facilities and construction of new facilities. The work included may vary from routine general design or consulting work to design and construction management of complex special security, force protection, structural projects. All delivery orders will define the work in as much detail as possible and shall indicate whether classified or unclassified workers must be used for each delivery order. This work definition will vary from minimal narrative descriptions to detailed concept information, depending on government requirements and the information available. The jobs included will require a variety of professional management, engineering, and consultant skills. When delivery orders are issued, the contractor shall become the "Engineer of Record" and shall be required to have a professional engineer. SELECTION CRITERIA: The selection criteria are listed below. Criteria A thru F are primary. Criterion G is secondary and will only be used as tie-breakers among technically equal firms. Recent means A-E tasks or projects completed within the last five years; older projects will not be considered. The Contractor must submit a minimum of 10 projects for consideration. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided that the nature and extent of all contractor team arrangements are identified and disclosed. Contractors should describe the nature and extent of prior teaming experience with the proposed subcontractors. (1) Demonstrate design experience with civil design, following Federal and DoD Design standards and regulations, including experience assessing and preparing downstream storm drainage system analysis for small watersheds on DoD installations; experience working with LID (low impact development), BMP (best management practices); experience with projects that implemented EISA and with state regulatory agencies responsible for storm water management and designing storm water facilities and systems with zero discharge from project sites. (2) Demonstrate experience following the Latest ATFP design standards for horizontal construction designs. (3) Demonstrate experience designing to and successfully navigating the current Virginia State DEQ regulations and approval process. (4) Demonstrate Experience using AutoCAD and Revit compatible drafting software. (5) Demonstrate Experience using SpecsIntact for preparing standardized facility construction specifications. B. PROFESSIONAL QUALIFICATIONS: Indefinite delivery contracts will require each Contractor provide the following personnel (either in-house or through a sub consultant, unless specified) as a minimum. Required personnel cannot fulfill more than one (1) role on the contract delivery team (i.e., a separate employee must be provided for each stated requirement above to meet the number required). Submitting firms must demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Resumes must be provided for each of the personnel, including subcontractors personnel if applicable, listed below. Repeat the resume page as required in order to provide information on all personnel referenced. Resumes are NOT required for the survey crew. Firms must also provide an organizational chart showing the inter-relationship of various team members including subcontractors. Professional qualifications of proposed subcontractors or its personnel may be submitted to demonstrate applicable qualifications provided that the nature and extent of all contractor team arrangements and all applicable written personnel commitments are identified and disclosed. (1) Two (2) Licensed Civil Engineers (in house) (2) Two (2) Licensed Structural Engineers (3) One (1) Licensed Geotechnical Engineers (4) One (1) Licensed Surveyor (in house) (5) One (1) Cost Estimator with a degree in Engineering and at least 10 years experience on Civil Engineering projects. The Estimator must demonstrate prior experience in the use of MII software. C. PAST PERFORMANCE: Firms will be evaluated in terms of cost control, quality of work and compliance with performance schedules [with emphasis on projects submitted under factor (b)] as determined from PPIRS and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to demonstrate past performance. D. CAPACITY: Ability to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings/projects simultaneously. Firms shall: (a) show current and projected workload within the firm. E. QUALITY CONTROL PROGRAM: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications prepared by the firm or by its subcontractors on a behalf of the firm. Describe and define the firm's program/processes for quality control and list, by name and position, all key personnel responsible. F. KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity and knowledge of codes, laws, permits and construction materials and methods within the contract area. As indicated above, the contract area is primarily focused within the Norfolk District, U.S. Army Corps of Engineers and the North Atlantic Division. Information presented shall demonstrate general understanding with specific experience as applicable. G. VOLUME OF WORK: Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the last 12 months. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one hard copy of SF 330 Part I and one copy for the Prime and all consultants in an electronic format searchable in PDF or MS Word without translation; and one hard copy of SF 330 Part II for the prime firm and all consultants, and one electronic copy searchable in PDF or MS Word of the entire submittal to the address below at the time and date below. ELECTRONIC DOCUMENTS shall be submitted via Readable CD. The SF 330 Part I shall not exceed 70 pages (8.5" x 11"). Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted. a. Additional size limitations: (i) Limit resume of each individual to no more than one page. b. With respect to all submission limitations, including but not limited to maximum number of projects, total page limits, and resume page limits, the Government will not consider matters submitted beyond those limits and contractors shall receive no consideration for those matters. Any written submission using a font type smaller than the specified 12 font type will not be eligible for consideration. c. Submit SF 330 Parts I and II to: US Army Corps of Engineers, Norfolk District; ATTN: Contracting Office; 803 Front Street; Norfolk, VA 23510-1096; not later than the date specified in the FORMAL solicitation. d. Board will only consider the following information: SF330, as submitted or from ACASS, SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS' DoD Contract award data. The Boards will not assume qualifications which are not clearly stated in a firms' submission or available from ACASS. The boards will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Boards shall not consider any cost factors. e. NOTE: In order to maintain total objectivity in the selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the Contracting Officer, it will be at the Contracting Officer's discretion to respond. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. ORGANIZATIONAL CONFLICT OF INTEREST: This statement provides examples of certain organizational conflicts of interest which are proscribed by Federal Acquisition Regulation Subpart 9.5. The purpose of this statement is to prevent the existence of conflicting roles that might bias a contractor's judgment and to prevent an unfair competitive advantage. The following subsections prescribe a non-exhaustive list of limitations on contracting as the means of avoiding, neutralizing or mitigating organizational conflicts of interest. a. If, under this announcement, the contractor will provide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire period of this contract and for two (2) years thereafter. b. If, under this announcement, the contractor will prepare and furnish complete specifications covering non- developmental items, to be used in a competitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition shall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract whichever is longer. This rule shall not apply to contractors who furnish specifications or data at Government request or to situations in which contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives. c. If, under this announcement, the contractor will prepare or assist in preparing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contractor is the sole source, the contractor has participated in the development and design work, or more than one contractor has been involved in preparing the work statement. The term of this prohibition shall endure for two (2) years. d. If, under this announcement, the contractor will provide technical evaluation of products or advisory and assistance services, the contractor shall not provide such services if the services relate to the contractor's own or a competitor's products or services unless proper safeguards are established to ensure objectivity. e. If, under this announcement, any personnel of the prime firm or any subcontractor at any tier previously served with the procuring agency in a capacity that provided access to non-public, competitively useful information relevant to the requirements giving rise to this procurement activity, the prime contractor or subcontractor shall avoid deriving an unfair competitive advantage, or the appearance of an unfair competitive advantage, by precluding the use of such non-public, competitively useful information in the preparation of any document responsive to any request of the procuring agency pursuant to this procurement activity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0031/listing.html)
 
Record
SN04168875-W 20160702/160701000412-1e2632e2bb5c863689479af6902aa0dd (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.