MODIFICATION
C -- A-E - Hydroelectric Power and Pumping PlantEngineering, Design and Analysis ServicesIndefinite Delivery Indefinite Quantity (IDIQ) Contracts
- Notice Date
- 4/10/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-17-R-0001
- Point of Contact
- Melissa Harlon, Phone: 4029952716, Jessica R. Jackson,
- E-Mail Address
-
melissa.r.harlon@usace.army.mil, jessica.r.jackson@usace.army.mil
(melissa.r.harlon@usace.army.mil, jessica.r.jackson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS Hydroelectric Power and Pumping Plant Engineering, Design and Analysis Services Indefinite Delivery Indefinite Quantity (IDIQ) Contracts U.S. Army Corps of Engineers Omaha District 1. CONTRACT INFORMATION. Engineer services are required to support the national hydroelectric powerhouse and pumping plant engineering, design, and analysis activities of the U.S. Army Corps of Engineers (USACE) Hydroelectric Design Center (HDC) and the Hydropower Analysis Center (HAC). These Indefinite Delivery Indefinite Quantity (IDIQ) contracts are being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 and EP 715-1-7 Architect-Engineer Contracting in USACE. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This solicitation will facilitate the award of two IDIQ contracts with a maximum shared capacity of $9.9 million. Each contract will have a base ordering period of five years with no option years. The maximum for each task order will not exceed contract capacity. Past history shows that task orders usually range from $10,000 - $1,000,000 with an average task order value of $225,000. These contracts are in support of providing engineering services to the HDC and HAC which are physically located in Portland, Oregon. HDC along with HAC have been established as a Mandatory Center of Expertise (MCX). As an MCX, the HDC/HAC are responsible for USACE's hydroelectric power plant engineering and design and are also designated as the Technical Center of Expertise (TCX) for flood control pumping plant engineering and design. HDC/HAC provides support for all 75 USACE, Civil Works hydropower plants located across the contiguous United States and these contracts are to support HDC/HAC with potentially all 75 power plants. Work will be issued by negotiated firm-fixed-price task orders. Ordering procedures for each task order will be in compliance with FAR 16.500(d) and EP 715-1-7. This announcement is open to all businesses regardless of size (Small Business (SB) and Other Than Small Business (OTSB)). All interested OTSB 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 SB and Small Disadvantaged Business (SDB) firms. Any OTSB firm 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 and will be required to submit a detailed subcontracting plan during contract negotiation. The Subcontracting Plan is NOT required with this submittal. The following information is the 2017 Small Business Program Targets for USACE: a. 41.5% of planned subcontracting dollars will be placed with all small business concerns (SB); b. 23.5% of planned subcontracting dollars will be placed with small business concerns owned and controlled by socially and economically disadvantaged concerns (SDB). NOTE: b. is a subset of a. (Count firm in all applicable areas); c. 7.5% of planned subcontracting dollars will be placed with women owned small business concerns (WOSB). NOTE: c. is a subset of a. Also, the WOSB may meet the definition of a SDB. If so, c. will also be a subset of b. (Count firm in all applicable areas); d. 5% of planned subcontracting dollars will be placed with service-disabled veteran-owned small business concerns (SDVOSB) NOTE: d. is a subset of a. e. 7.9% of planned subcontracting dollars will be placed with historically underutilized business zones (HUBZone). NOTE: A HUBZone firm may also be SDB, WOSB, and/or SDVOSB. (Count firm in all applicable areas). To be eligible for contract award, the submitting A-E firm must be registered in the System for Award Management (SAM) under NAICS code 541330 and have the professional qualifications necessary for satisfactory performance of the required services. Registration for SAM is free and potential offerors are encouraged to visit the SAM website and register as soon as possible to avoid delays should they be selected for a contract award. 2. TYPICAL SPECIALIZED (HYDROPOWER) SERVICES. a. Planning, Engineering and Design for the replacement, refurbishment, or upgrade of major hydroelectric powerhouse and pumping plant equipment (e.g., generators, turbines, governors, exciters, transformers, circuit breakers). b. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary electrical equipment utilized in hydroelectric powerhouse and pumping plants (for example: switchgear, plant controls, metering and instrumentation, data acquisition, protective relaying, low- and high-voltage cables, metal-enclosed buses, surge protection, switchyard equipment, communication systems, and video security). c. Engineering and design for the replacement, refurbishment, or upgrade of auxiliary mechanical equipment utilized in hydroelectric powerhouse and pumping plants (for example: intake and discharge gates and valves; water flow passages; fire detection and protection; insulating and lubrication oil transfer, storage, and purification systems; HVAC systems; elevators, hoists, and cranes; air compressor systems; water treatment and supply systems; and sewage disposal equipment). d. Engineering, design, and CAD for the replacement, refurbishment, or upgrade of structural and civil components and systems utilized in hydroelectric powerhouse and pumping plants (for example: gates, bulkheads, trash racks, fish screens, oil containment, lifting beams, equipment mounts, seismic restraints, and switchyard structures, footings, drainage, and grading). e. Electrical, mechanical, structural, and civil investigations for equipment and facility assessments involving but not limited to reconnaissance, feasibility, and other studies; technical reports; engineering cost appraisals; alternative analyses, including economic assessments; decision documents; FERC/NERC compliance generator, exciter and governor model validation studies, electrical arc flash hazard studies, preparation of plans and specifications; engineering during construction; field and factory inspections and failure/forensic investigations. f. Support for risk-based asset management activities including, but not limited to, condition assessment, forecasting probability of failure, development of equipment replacement cost functions, consequence of failure analytics, and assessment of prioritization methods for portfolio-level life-cycle asset planning. g. Project management, economics, and planning analysis of the replacement, refurbishment, or upgrade of hydropower equipment and structural/civil components and systems utilized in hydroelectric powerhouses and pumping plants. Economics and planning analysis for reallocation of reservoir storage. h. Process and procedure development, planning documents, and technical report writing relating to hydropower and large pumping plant industry business practices. 3. CAD/BIM COMPLIANCE: The selected firm must be able to use Autodesk or Bentley software applications to produce drawings and BIM deliverables. All drawings produced will be in compliance with the Architectural, Engineering and Construction (A/E/C) CAD Standard as issued by the CAD/BIM Technology Center https://cadbim.usace.army.mil/CAD. Drawings must be delivered to the Government in the agreed format. Any conversion processes from other formats must be approved by the Government prior to submission of deliverables. For BIM deliverables, a Project Execution Plan (see https://cadbim.usace.army.mil/BIM for template and instructions) is required prior to the start of design. The plan shall at a minimum document BIM uses, analysis technologies, tools, conversion processes and workflows. All questions regarding CAD and BIM requirements may be directed to the Portland District CAD/BIM Management team at CADD-System@usace.army.mil, (503) 808-4825, (503) 808-4884 or (503) 808-4857. 4. ANSYS (FEA/CFD) COMPATIBLE COMPLIANCE. For Finite Element Analysis or Computational Fluid Dynamics analysis, the selected firm shall use the most recent version of ANSYS, Inc.'s software or provide files usable by the most recent version of ANSYS, Inc.'s software. Compatible files shall be of file extension.ans or approved equal. Models shall include a fully meshed model, complete with material properties, real constants, boundary conditions, applied loads, constraints, etc. The solver shall also be supplied including load steps, iterations, etc. Also included shall be the post processing files and log files for each part. Different load conditions shall be sent in different files. 5. SPECSINTACT COMPLIANCE: The selected firm must be able to produce technical specifications in SpecsIntact format and provide the specifications on acceptable electronic format. Specifications shall conform to the format and content requirements of the HDC/HAC and will be in accordance with ER 1110-1-8155, Engineering and Design Specifications, and UFC 1-300-2, Unified Facilities Guide Specifications (UFGS) format standard. Specifications developed under this contract shall be in conformance with HDC established policy. In general, technical specifications shall be produced from UFGS and HDC locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.wbdg.org/ccb/browse_cat.php?c=3. a. Coordination. HDC will provide coordination for the technical specifications. Overall specific coordination and preparation of "Boiler Plate" specifications will be the responsibility of the District in-which the project resides. The Contractor is responsible for preparation, quality and accuracy of the technical specifications and coordination of the specifications package as appropriate. b. Software Requirements. UFGS sections shall be prepared using SpecsIntact software. The SpecsIntact software can be downloaded, free of charge, from the following web page: http://specsintact.ksc.nasa.gov. At the completion of the design phases, and at times noted in the schedule of the individual performance work statements, the SpecsIntact source files (UFGS edited sections) shall be provided to HDC via an acceptable electronic format. The source files will become the property of the Government. 6. SKM POWER TOOLS FOR WINDOWS (SKM PTW) COMPLIANCE. For power system analyses, the selected firm shall use the most recent version of SKM System Analysis, Inc.'s Power*Tools software to directly model the system, perform the studies, and provide fully useable SKM data files after completion of each analysis. Generation equipment model validation studies shall use the most recent versions of PSLF or PSSE and provide fully usable data files after the completion of each analysis. The source files will become the property of the Government. 7. SELECTION CRITERIA: Selection for this project will be based upon the following criteria listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria "a" through "e" are primary. Criteria "f" and "g" are secondary and will only be used as a "tie-breaker" among technically equal firms. a. Specialized Experience and Technical Competence: Specialized experience and technical competence related to (1) typical services to be performed, (2) project management, (3) design quality assurance, and (4) CAD requirements. (1) Typical Services - Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. The Offeror shall submit five (5) project examples of similar scope performed by the Engineer firm/Offeror within the past three (3) years. Project examples should demonstrate a diversity as stated below in i-iv and shall be confirmed by the submittal of five (5) verifiable customer references: (i) Specialized experience and technical competence in engineering and design for hydroelectric power systems and components with emphasis on hydraulic turbine machinery, large hydroelectric motors/generators and excitation systems, controls and protections systems, relays, governor systems, powerhouse cooling and piping systems, and large cranes. (ii) Preparation of engineering studies such as fault studies, relay coordination studies, load flow studies, arc flash studies, economic studies, fluid flow and air flow rate calculations, structural loading calculations, turbine performance analyses, hydropower reliability studies, generator uprate studies including transient analysis, and FERC/NERC compliance studies. (iii) Hydroelectric powerhouse and pumping plant investigations, planning, design, engineering, and operational studies. Electrical, mechanical, structural and civil evaluation for equipment and facility assessments, field and factory inspections, and forensics/failure inspections. (iv) Structural and civil engineering including concrete and steel design expertise including CAD support. Experience with design codes and standards to include International Building Code (IBC), American Society of Civil Engineers (ASCE-7), the American Concrete Institute (ACI-318), American Institute of Steel Construction (AISC) 9th and 13th editions. (2) Project Management - Address strength of project management to include communications, project tracking and issue resolution. (3) Design Quality Assurance - (1) Briefly describe the quality control processes used by the firm. (2) Briefly describe the management approach your firm would use on this contract if selected as the successful bidder. This information includes organizational chart(s) showing the inter-relationship(s) of management, quality assurance, and design team components. (4) CAD & SpecsIntact Requirements - State the firm's ability to meet the CAD and SpecsIntact requirements as specified in this synopsis. b. Professional Qualifications: Professional qualifications of the personnel to be assigned to this project will be evaluated, taking into consideration education, professional engineer (PE) registration, and longevity of relevant experience. The following disciplines will be evaluated: Electrical Engineers, Mechanical Engineers, Structural Engineers, and Civil Engineers. c. Past Performance: At a minimum, past performance records on the five (5) projects submitted for Typical Services will be evaluated with respect to cost control, quality of work, and compliance with performance schedules. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental 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.) In addition, the Government may review any other sources of information for evaluating past performance of the Offeror on the submitted projects and any other previous work. Other sources may include Government contract evaluation databases such as CCASS, ACASS, and PPIRS. d. Capacity to Accomplish the Work: Address your firm's capacity to do multiple task orders concurrently in the allotted time and the flexibility to add resources when required. e. Knowledge of the Locality: Various knowledge of geological features, seismic considerations, nonstandard ambient conditions, climatic conditions or construction methods that are found in different areas within the contiguous United States. f. Small Business (SB) / Small Disadvantaged Business (SDB) Participation: In the event of a tie among the qualified firms, the extent of participation of small businesses, small disadvantaged businesses (8a), service disabled, 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, will be considered and the historical data of meeting and exceeding subcontracting goals. The Offeror shall address items (1) - (6) below: (1) Identify if you (the prime offeror) are a SB or OTSB. (2) If a Small Business, also identify which SBC categories, if any, you belong to (i.e. 8(a), WOSB, HUBZone, SDVOSB, etc.). (3) Provide overall percentage (%) of total acquisition value planned to be subcontracted to SB members. (4) Provide TOTAL planned subcontracted dollar amount ($), and its corresponding percentage (%) as a percent of total acquisition value, to ALL business types (both to SB members and OTSB combined). (5) Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item d) above that is planned to go separately to SB members and OTSB. (6) Use the informational goals by Small Business category provided in this synopsis Paragraph 1 above as a reference to also provide percentage (%) of planned subcontracted dollars to each SB category. Note that this is NOT the detailed subcontracting plan that would be required from a selected large business concern. *NOTE: SB members submitting as Prime offerors may count the work it intends to self-perform toward small business participation objectives stated under Selection Criterion (f) SB/SDB Participation. g. Volume of DoD Contract Awards: State the volume of DoD A-E contract awards (stand-alone contracts or task orders) in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 8. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must submit five (5) hard copies plus one (1) CD/DVD of the entire submittal (SF 330 Parts I & II plus all attachments) to U.S. Army Corps of Engineers, Omaha District, ATTN: Melissa Harlon (CENWO-CT), 1616 Capitol Ave., Omaha, NE, 68102, not later than 2:00pm Central time on the response date indicated in this announcement. All submittals shall contain exactly the same information and be clearly identified by the announcement number: W9128F-17-R-0001. The submittal shall have a page limit of seventy-five (75) pages. Joint venture agreements (if applicable) and past performance records are excluded from the page count. [Am 0001 start] Part II is excluded from the page count, however, Part II shall be limited to submissions of Page 6 of the SF 330 only. [Am 0001 end]. A page is one side of a sheet. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 point or larger. Pages shall be 8.5" x 11". Organizational charts may be presented on a sheet up to 11" x 17" inches. If an 11" x 17" sheet is used it shall be neatly folded to 8.5" x 11", bound in the SF 330 at the proper location, and counted as one (1) page. Cover letters, company literature and extraneous materials are not desired and will not be considered in the evaluation. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after the specified time and date. No exceptions. The SF 330 (REV. 8/2016) must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF 330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. Part II is required to be completed for the prime firm, each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e., a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. The Selection Criteria as stated in Paragraph 7 above shall be included in the appropriate sections on the SF 330 as stated below: a. Specialized Experience and Technical Competence: (1) Typical Services - A maximum of five (5) projects including the prime and consultants/subcontractors shall be submitted in Part I, Section F. Use no more than two (2) pages per project. If more than five (5) projects are submitted, only the first five (5) projects listed in the proposal will be evaluated. If more than two (2) pages per project are submitted, only the first two (2) pages will be evaluated. When listing projects in Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as an example is not considered a project. One task order executed under an IDC contract is considered a project. (2) Project Management - This selection criterion shall be submitted in Part I, Section H (Additional Information). (3) Design Quality Assurance - This selection criterion (narratives and associated organizational chart) shall be submitted in Part I, Section D (Organizational Chart of Proposed Team). (4) CAD & SpecsIntact Requirements - This selection criterion shall be submitted in Part I, Section H (Additional Information). b. Professional Qualifications: Professional qualifications information submitted in Part I, Section E (Resumes of Key Personnel Proposed for this Contract), Part I, Section G (Key Personnel Participation in Example Projects) and Part II (General Qualifications) will be evaluated. c. Past Performance: This selection criterion shall be submitted as an attachment to Part I, Section H (Additional Information). Information submitted can be records from PPIRS, CCASS, ACASS, PPQs, or any other past performance record that documented the firm's performance in respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to Accomplish the Work: This selection criterion shall be submitted in Part I, Section H (Additional Information). In reference to Paragraph 7(d) above, provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight global schedules. If more than a two (2) page narrative is included, only the first (2) pages will be evaluated. e. Knowledge of the Locality: This selection criterion shall be submitted in Part I, Section H (Additional Information). f. SB/SDB Participation: This selection criterion shall be submitted in Part I, Section H (Additional Information). g. Volume of DoD Contract Awards: This selection criterion shall be submitted in Part I, Section H (Additional Information). In reference to Paragraph 7(g) above, provide a complete listing of all DoD A-E awards within the last 12 months. For an IDC, include total value of task orders actually issued and awarded by agencies in the last 12 months, not the potential total value of the parent IDC. For all types of contracts, do not include for consideration options that have not been exercised. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. ALL NON-PROPRIETARY QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. The bidder inquiry portal will be closed seven (7) calendar days prior to proposal due date and time to allow adequate response time. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access: (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-17-R-0001 The Bidder Inquiry Key is: 3M8MYY-KUSSR8 Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-R-0001/listing.html)
- Place of Performance
- Address: 1616 Capitol Avenue, Omaha, Nebraska, 68012, United States
- Zip Code: 68012
- Zip Code: 68012
- Record
- SN04465617-W 20170412/170410235021-be524ba5a551db0aed5fc759fbfcf13a (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 |