SOLICITATION NOTICE
C -- Indefinite Delivery Contract (IDC) for Architect-Engineering (A-E) Services for Civil Works Planning/Feasibility Studies and Enviromental Studies for SPN & SPD Civil Works and Interagency and International Services (IIS) Projects - PPQ
- Notice Date
- 4/3/2017
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-17-R-0002
- Archive Date
- 5/18/2017
- Point of Contact
- Roberto L. Escobedo, Phone: 4155036949, Linda Hales, Phone: 4155036990
- E-Mail Address
-
Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description 1. CONTRACT INFORMATION These contracts are being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This requirement is being solicited as a combined Unrestricted and Small Business (SB) set aside Indefinite Delivery Contracts (IDC's) primarily within the Corps of Engineers San Francisco District boundaries and secondarily for other South Pacific Division districts (Sacramento, Los Angeles, and Albuquerque) geographical area of responsibility which will include CA, NV, UT, and AZ and portions of OR, ID, CO and WY as determined by SPN's Contracting Officer. This work will include services necessary to complete the assigned task orders for civil works and environmental studies and/or designs. The intent is to award a total of four (4) A-E IDC's, two (2) IDC's will be set aside for the highest qualified small businesses, the remaining two (2) IDC's will be awarded to firms regardless of size and based on the qualification rankings. Each small business IDC will have a total capacity of $5,000,000.00 and each unrestricted IDC will have a total capacity of $10,000,000.00 for a total capacity of $30,000,000.00. Each contract will have a guaranteed minimum amount of $2,500.00 for each IDC awarded. The number one and two ranked small business and unrestricted business firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The period of performance for each IDC shall include one 36-months base period and one 24-months option period, for an overall performance period of 60-months (5 years). The option may be exercised early if the total capacity for the base contract period is exhausted or nearly exhausted. It will be stated in the contracts that, notwithstanding the early exercise of the option, the rates that would be used for the option periods (if exercised early) shall be the rates that would have been in effect had the options not be exercised early, i.e., if the option is exercised two (2) months prior to the end of the base contract performance period, the base years rates will be in effect for the first two (2) months of the option period. The option may be exercised at the discretion of the Government. North American Industrial Classification System (NAICS) code is for this acquisition is 541330, which has a small business size standard of $15,000,000 in average annual receipts and corresponds to Standard Industrial Code (SIC) 8711. The Produce and Service Code (PSC) is C219. The unrestricted business announcement is open to all interested parties regardless of business size. The small business announcement is open to all interested parties who meet the business size standard of a maximum of $15 million in average annual receipts for the preceding three (3) fiscal years. Large businesses must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan. If any work is to be subcontracted, the SPN goal is for 59.35% of the subcontracted dollars to go to small business, with 24.96% of those dollars going to disadvantaged business, 15.53% to woman owned business, 1.9% to HUB-zone business, and 5.37% to service disabled veteran owned business. All interested A/E firms are reminded that, (if not a small business) in accordance with the provisions of 15 U.S.C. § 644(g) (1), they will be expected to place subcontracts within the maximum practicable opportunity consistent with the efficient performance of the contract with small and small disadvantaged firms. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in block H of the SF 330. Contract Award Procedures: Professional Labor Rates will be negotiated for base year and increased at the end of each 12-month period by the contract escalation rate. Any task order issued must use the rates of the period in which the task order is executed by the Contracting Officer. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a task order; performance and quality of deliverable under the current contract, current capacity to accomplish the task order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. To be eligible for contract award, a firm or Joint Venture must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State-Level certificates shall be accepted. The Service Contract Act (SCA) (for reference see FAR 22.10) will apply to this acquisition. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all military or critical infrastructure projects; for other tasks, determination will be made per individual task order. The anticipated award for these IDC's is August 2017. The solicitation period will be a minimum of thirty (30) calendar days from the posting date. 2. PROJECT INFORMATION Services to be performed under this contract will consist of, but are not limited to, the preparation of planning/feasibility studies reports or other feasibility-level design documentation for USACE water resources projects involved with ecosystem restoration, flood damage reduction, navigation, shoreline protection, and watershed planning and all infrastructure planning studies (including environmental) for Civil Works and Interagency and International Support (IIS) projects. The services may include the full spectrum of disciplines for all or portions of complete projects, for example, besides planning tasks and the development of various project alternatives, the A-E may be asked to provide all required engineering disciplines to prepare a complete design that results in the preparation of Plans, Specifications and detailed Cost Estimates for a Project that will be solicited to obtain a construction contract. Planning/Feasibility studies, environmental reports and engineering services should be developed in accordance with 3x3x3 SMART Planning Principles, ER-1105-2-100, and other pertinent USACE policies and regulations: The A-E should be able to perform the following General Planning services; coordinating, advising, and/or leading an interdisciplinary team to identify problems, opportunities, constraints, and objectives. Establishing qualitative and quantitative project outputs (monetary and non-monetary benefits) and cost estimates to implement alternative plans. The A-E should be able to perform the following Plan Formulation services; formulating measures and alternative plans, preparing and inventorying, forecasting, and analyzing future without- and with-project conditions, evaluating and comparing alternative plans. Evaluating federal interest (NED and NER) for USACE water resources projects, preparing SMART Planning milestone conference documents, preparing USACE Integrated Feasibility Reports and Post-Authorization Decision Documents, developing public and stakeholder involvement and consensus building activities and developing review plans. The A-E should be able to perform the following Environmental services; preparing draft and final National Environmental Policy Act documents [including California Environmental Quality Act documents] (e.g., EIS, EIR, EA, FONSI) in compliance with USACE, federal and state agency policies and regulations where studies and projects are located, inventorying, forecasting, and analyzing environmental resources in the project area, conducting and preparing supporting documentation (including written and mapping/GIS) for Biological Surveys and Biological Assessments (related to Section 7 Consultation as part of the Endangered Species Act), and Coordinating Fish and Wildlife Service Planning Aid Letters and Coordination Act Reports (including NMFS). In addition, preparing Habitat restoration analysis, evaluating hazardous, toxic, radiological waste (HTRW) site clearance phase I analyses for civil works projects, performing sediment suitability testing and related reporting and compliance for navigation and similar projects, performing air quality analyses related to the Clean Air Act (e.g. General Conformity Applicability Analysis, preparing material for and obtaining Water Quality Certifications for individual projects or for suites of projects as required by Section 401 of the Clean Water Act, for Section 404 of the Clean Water Act (e.g. 404(b)(1) Analysis) and for obtaining other permits, approvals, such as Coastal Zone Management Act (CZMA) Consistency Determinations; Marine Protection, Research and Sanctuaries Act (MPRSA); Magnuson-Stevens Fishery Conservation and Management Act; Rivers and Harbors Act; and applicable state, regional and local laws. The A-E should be able to perform the following Planning and other Engineering services; pre- and post-project hydrographic surveys (e.g., dredging, and calculating volumes of dredged material), developing Dredged Material Placement Plans for projects or suites of projects, preparing Spatial data analysis using geographic information systems (GIS) using ESRI or other industry standard GIS software and Computer-Aided Design and Drafting (CADD) using Microstation or other industry standard CADD tools (includes generating Aerial Photography, Topographic/ Bathymetric Surveying and Mapping, database development, preparation of contract drawings and specifications CADD Drafting), performing geological, geomorphologic, and geotechnical analyses, performing hydrologic and hydraulic analyses, designing structural measures (e.g., levees, channel modification, detention basins, pump stations, etc.) and non-structural measures (e.g., flood proofing, raising in place, etc.), preparing plans, specifications and a cost estimate (using MCACES MII) required for the procurement of a construction contract. Engineering and design services to include civil, hydrologic, hydraulic, environmental, structural, geotechnical, geomorphology, mechanical and electrical. The A-E should be able to perform the following Planning and Economics services; conducting benefit-cost analyses and incremental cost analyses, perform economic studies associated with flood risk management studies including land use inventory data collection and modeling flood damages using USACE approved models such as Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) model, HEC- Flood Impact Analysis (HEC-FIA) model, and/or other professionally accepted computational economic analysis tools, perform economic studies associated with navigation projects, perform cost effectiveness and incremental cost analysis (CEICA) for ecosystem restoration studies using IWR-Plan (Institute for Water Resources (IWR) Planning Suite Software) and/or other professionally accepted analysis tools, recommending plans for implementation, and preparing draft and final planning reports and related engineering and technical appendices. In addition, performing cultural resources analyses in evaluating alternative project plans and designs performing cultural resource and archaeological surveys and evaluation reports. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. 3. SELECTION CRITERIA The selection criteria for this solicitation is listed below in descending order of importance. Criteria A through E are primary, with criteria A and B being considered most important and are of equal importance; criteria C, D, and E are of lesser importance and listed in descending order of importance. Criteria F thru H are secondary criteria, are of equal importance, and will only be used as a tie-breaker among firms ranked technically equal using the primary criteria. Firms should provide examples of successfully completed work that encompass the selection criteria listed below (e.g., Integrated Feasibility Reports with EIS/EIR and SMART Planning Milestones). Primary Selection Criteria A. Specialized experience and technical competence: Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): provide examples of not more than 10 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed above in section B, PROJECT INFORMATION and as outlined in (i) thru (vi) below; and of the prime firm and proposed significant subcontractors in working together. Project examples submitted should be of completed projects (i.e. completed Integrated Feasibility Reports, Limited Reevaluation Reports, General Reports). All projects cited shall identify start and completion dates as well as the project size (cost and scope). Prime Contractors that do not have specific experience in the areas listed above in Section B, PROJECT INFORMATION and as outlined in (i) thru (vi) below, will be evaluated based on their proposed subcontractors' experience. However, projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Past performance information for subcontractors will not be considered if they are not going to be used for the proposed contract. NOTE: An Indefinite Delivery Contract (IDC) or Indefinite Delivery/Indefinite Quantity contract (IDIQ) is not considered a project; only single task orders are projects. Include only specific task orders which demonstrate the experience for this announcement. (i) Flood risk management studies, ecosystem restoration studies, navigation improvement studies, coastal storm damage studies, stream bank restoration studies water supply reallocation studies, that your firm(s) has completed including experience with HEC-FDA, HEC-FIA, IWR Plan, HarborSym, and/or developing water supply demand models (in support of water supply reallocation studies). (ii) EIS's, EIR's or complex EA's, integrated feasibility studies, and experience with HEP-HSI, HEC-EFM, FQI, or other professionally accepted ecological analysis tools that your firm(s) has completed. (iii) Examples of relevant hydrology and hydraulics modeling (HEC- RAS, HEC-ResSim, or other professionally accepted engineering analysis tools) that your firm(s) has utilized in completing projects relevant to this contract. (iv) Examples of economic analyses utilizing HEC-FDA, HarborSym, HEC-FIA, IWR-Plan, and CE/ICA associated with USACE Feasibility Studies. (v) Examples of NHPA Section 106 coordination, cultural resource surveys, or other NHPA compliance activities that your firm(s) has completed. (vi) Examples of Section 107 ESA Consultation and associated Biological Assessments, US Fish and Wildlife Service Planning Aid Letters and Coordination act Reports (including NMFS), air quality analyses related to the Clean Air Act (e.g. General Conformity Applicability Analysis), Water Quality Certifications for individual projects or for suites of projects as required by Section 401 of the Clean Water Act, including preparation of material for Section 404 of the Clean Water Act (e.g. 404(b)(1) Analysis), preparing material for Coastal Zone Management Act (CZMA) Consistency Determinations; Marine Protection, Research and Sanctuaries Act (MPRSA); Magnuson-Stevens Fishery Conservation and Management Act; Rivers and Harbors Act. B. Professional Qualifications: Firms shall demonstrate personnel qualifications and specialized experience for key disciplines related to Civil Works Planning and Feasibility Studies and Environmental Studies. Evaluation of professional qualifications will consider education, training, professional registrations, and relevant experience in the following disciplines: civil, coastal, environmental, geotechnical, and hydraulic engineering; cost estimating; archeology; biology (wildlife and fishery); botany; terrestrial, aquatic, coastal, and marine ecology; economics; geology; geography; geomorphology (fluvial); hydrology; cartography/graphics; geographic information systems; public affairs; and real estate appraisers. Resumes of personnel who are certified, registered, and/or highly trained in the above disciplines shall be provided. Resumes are not required for each disciples listed above (i.e., one or two resumes for each discipline will demonstrate qualifications). A minimum of two qualified professional personnel must be a registered Professional Engineer in the United States and have at least five (5) years of experience in water resources planning and engineering projects. Experience working on USACE projects is desirable. C. Past Performance: Past performance on Department of Defense (DoD) and other federal contracts with respect to the quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules, as determined by CPARS/ACASS and other sources. Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Government clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. Projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. CPARS and PPQ's addressing the projects included in SF 330 Section F will be weighted more heavily. D. Capacity to accomplish the work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. Large Business firms shall demonstrate the capacity to accomplish at least two (2) $500,000.00 individual task orders simultaneously. Small business firms shall demonstrate the capacity to accomplish at least two (2) $250,000.00 individual task orders simultaneously. E. Knowledge of Locality: Firms must demonstrate familiarity with the San Francisco District and SPD areas, primarily California, displaying knowledge of local and regional conditions such as the soil conditions, seismic requirements, coastal processes; local and regional project stakeholders, project proponents, and non-Federal sponsors; local and regional environmental regulations and regulatory requirements of the region. This knowledge can be demonstrated by showing Integrated Feasibility Reports with EIS/EIR for projects in these areas. Secondary Selection Criteria F. SB and SDB Participation: Extent of participation of small or disadvantaged businesses, or woman-owned small businesses, and participation of historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. G. Volume of DOD contract: Awards received in the last 12 months. H. Geographic Proximity: Proximity of the firm and subcontractor's to the core project region defined as San Francisco, CA. 4. SUBMISSION REQUIREMENTS Interested A-E firms having the capabilities to perform this work must submit two (2) copies of SF 330 Part I, and three (3) copies of SF 330 Part II for the prime firm and all consultants/subcontractors including related services questionnaire regarding past performance on non-Government projects. In addition to three (3) hard copy of the SF 330's and attachments, three (3) CDs (as a single PDF file), containing the SF 330's and attachments shall be submitted to, ATTN: Roberto Escobedo (CESPN-CT), 1455 Market Street, Cubicle 1742C, San Francisco, CA 94103-1398. Document submissions shall adhere to the following: A. Excluding the page count for resumes and SF 330 Part II, the SF 330 shall not exceed 50 single pages (25 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section. The pages exceeding the 50 single page limit for each SF 330 Section, will not be considered or evaluated. Font shall be one of the following; Times New Roman, Arial, or Courier and font size 12. B. No more than (3) three pages 11 x 17 for organization charts (the org charts will not be counted against the 50 page limitation). Font shall be one of the following Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. C. In Section E of the SF 330, provide resumes for all key team members, whether with the prime firm or a subcontractor. D. List specific project experience for key team members; and indicate the team member's role on each listed project (i.e. project manager, planning engineer, environmental engineer, design engineer, etc.). E. In Section D of the SF 330, provide the quality management plan and organization chart for the proposed team. F. In Section H of the SF 330, indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by (2:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. All responsible sources may submit the required SF 330, which shall be considered by the agency. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W912P7-17-R-0002) in your submission package. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement must be in writing and shall be addressed to Mr. Roberto Escobedo via email at Roberto.L.Escobedo@usace.army.mil. All questions must be submitted no later than 17 April 2017 at 2:00 p.m. Pacific Time to allow time for a response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-17-R-0002/listing.html)
- Place of Performance
- Address: San Francisco District (SPN and the South Pacific Division (SPD) area of responsibility., San Francisco, California, 94103, United States
- Zip Code: 94103
- Zip Code: 94103
- Record
- SN04457041-W 20170405/170403234439-08406475f8d87b02a3a90247ca3a891a (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 |