Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOLICITATION NOTICE

C -- IDC C-211 for Architect-Engineer (A-E) Services Primarily for the South Shore of Staten Island, Fort Wadsworth to Oakwood Beach, NY Coastal Storm Risk Management Project, and Other Coastal Storm and Flood Risk Management Projects within New York District

Notice Date
4/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-AE-0004
 
Archive Date
6/6/2017
 
Point of Contact
Alex Heinzel, Phone: 9177908087, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
alexander.t.heinzel@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(alexander.t.heinzel@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Title: Indefinite Delivery Contract Architect-Engineer (A-E) Services for IDC C-211 for Architect-Engineer (A-E) Services Primarily for the South Shore of Staten Island, Fort Wadsworth to Oakwood Beach, NY Coastal Storm Risk Management Project, and Other Coastal Storm and Flood Risk Management Projects within New York District Boundaries 1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. One (1) A-E firm will be selected based on demonstrated competence and qualifications for the required work. The number one ranked firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $30,000,000. Task orders may range from a minimum of $10,000 to a maximum of $7,500,000. Simultaneous task orders may be issued. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum payment of $10,000 for the basic contract. Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract and profit will be negotiated in each task order. NAICS CODE is 541330. This indefinite delivery contract will be negotiated that includes level of efforts, labor rates for each discipline and overhead rates for the contract period that includes design, cost estimating, environmental, survey, geotechnical services, and construction phase services. Profit will be negotiated in each task order, not in the basic contract. This announcement is unrestricted and open to all businesses regardless of size. Subcontracting Plan Requirements: Large businesses, if selected as one of the most highly qualified firms by the Selection Board, will be required to submit a subcontracting plan for that part of the work it intends to subcontract that addresses small business utilization and how maximum practicable opportunities will be provided to Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, Historically Underutilized Zone Small Businesses, Historically Black Colleges or Universities or Minority Institutions. This unrestricted synopsis does not include specific USACE goals, but requires the large business contractors to present a subcontracting plan with challenging, realistic and achievable small business utilization goals. Small businesses are not required to submit subcontracting plans. All subcontracting goals will be monitored through the electronic Subcontracting Reporting System (eSRS). The plan must be in accordance with FAR 52.219-9 and DFARS 252.219-7003 or DFARS 252.219-7004 if the inclusion of a comprehensive subcontracting plan is necessary. The goals for subcontracting will be aggressively negotiated with the selected firm. If the successful offeror fails to negotiate a subcontracting plan acceptable to the Contracting Officer, then the offeror will be ineligible for award. Maximum practicable utilization of small businesses is a matter of national attention with particular interest to this contracting agency. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. Subcontracting plans also include assurances that each A-E firm will submit periodic reports so the Contracting Officer can determine the extent of compliance with the subcontracting plan, as well as submit a required Individual Subcontracting Report (ISR) and Summary Subcontracting Report (SSR) which is due bi-annually on 30 April and 30 October. Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) (FAR 36.606(e), 44.204(b) and 52.244-4. This clause stipulates that the contractor obtain the written consent of the contracting officer prior to substitution of subcontractors, associates, or consultants specifically identified and agree to during negotiations. The prime A-E firm must obtain the contracting officer's consent to change any subcontractors that were identified during selection and negotiation. The Contracting Officer should refer the qualifications of any new subcontractor to the original selection board (to the extent that these individuals are available) for evaluation. Approval of these substitutions may result in a price credit to the Government. For Small Business References, please contact Rippert Roberts, Deputy Small Business at 917-790-8166 or Rippert.P.Roberts@usace.army.mil The wages and benefits of services 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, as determined relative to the employee's office location (not of the location of the work). To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. The contract is anticipated to be awarded in December 2017. 2. PROJECT INFORMATION: This contract will provide architect and engineering services primarily for the South Shore of Staten Island, Fort Wadsworth to Oakwood Beach, NY Coastal Storm Risk Management Project and other coastal storm and flood risk management projects within New York District boundaries. This includes, but is not limited to, preparation of studies, reports, engineering analyses and design, design documents, plans, specifications, cost estimates, operation and maintenance manuals, and construction phase services. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). The following a thru e criteria are considered primary criteria, while the criteria f through h are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. a. Specialized Experience and Technical Competence: (1) Demonstrated experience in engineering analyses and design, studies and reports, construction plans and specifications, operation and maintenance manuals, construction services including engineering and design during construction, and shop drawing review for project features, including but not limited to, seawalls, stone (armor and bedding) structures, levees, floodwalls, road closure structures, pile-founded structures, road raising, stormwater outfall structures (sizes of box culverts vary from 8' X 4' to 15' X 7'), gate chambers, tide gates, sluice gates, ponding areas, tidal wetlands, beachfill, groins, storm surge barriers, sector gates, bulkheads, and recreational facilities including boardwalks, promenades, playgrounds, baseball fields, bike paths, gazebos, and water splash parks. Submit at least four (4) example projects in SF 330 Section F that demonstrate this experience. Projects completed before December 2011 will not be considered. (2) Demonstrated experience in coastal engineering, shore protection, rubble mound structure design and wave overtopping modeling, design and restoration improvements in coastal and coastal inlets, interior drainage design, subsurface investigations, geotechnical engineering and geophysical investigations; hazardous, radiological and toxic waste investigations and assessment, aerial photography, surveying and mapping, cross shore profiles, hydrographic and/or topographic surveys, deploying and servicing wave gages and other instrumentation, structural analyses and design, ecosystem restoration within the Hudson Raritan Estuary region, wetland design, and sensitivity to cultural resources, cost estimating using MII and familiarity with the changing dynamics of the current construction market in the Tri-state New York area, cost and schedule risk assessments, earned value models, value engineering, traffic studies, levee system evaluation in support of the National Flood Insurance Program, development of coastal and environmental monitoring programs (for shore protection projects), environmental assessments/analyses, and landscape architecture public works projects in New York City. Submit at least four (4) example projects in SF 330 Section F that demonstrate this experience. Projects completed before December 2011 will not be considered. (3) Demonstrated experience in design planning and scheduling management of fast track designs for construction contracts with a construction cost of $100 million or more. Submit at least two (2) example projects in SF 330 Section F that demonstrate this experience. Projects completed before December 2011 will not be considered. (4) Demonstrated ability to produce drawings in Microstation CAD and to incorporate CAD files into a GIS environment. (5) Demonstrated ability to produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures. The basis for the evaluation will be the information in Section H of the SF 330. b. Professional Qualifications. Demonstrate qualified personnel in the following key disciplines: (1) Project Manager (Licensed) (2) Structural Engineer (Licensed) (3) Civil Engineer (Licensed) (4) Mechanical Engineer (Licensed) (5) Electrical Engineer (Licensed) (6) Hydraulic/Hydrologic Engineer (Licensed) (7) Coastal Engineer with experience in coastal processes analysis (Licensed) (8) Traffic Engineer (Licensed) (9) Cost Engineer (Licensed) (10) Certified Value Specialist (CVS) (11) Geotechnical Engineer (Licensed) (12) Land Surveyor (Licensed) (13) Hydrographic Surveyor (Licensed) (14) Biologist (15) Ecologist/Environmental Scientist (16) Geologist/Hydrogeologist (17) Environmental Engineer (Licensed) (18) Soil Scientist (19) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (20) Archaeologist (21) Environmental Assessment Specialist (22) HTRW Assessment Specialist (23) Habitat Assessment Specialist (24) Professional Wetland Scientist (25) Real Estate Specialist (26) Technical Writer (27) Planner (28) Economist with experience in performing cost/benefit analysis (29) Landscape Architect (Licensed) (30) Architect (Licensed) (31) CAD Operator Senior project personnel are required to be licensed and/or registered. Resumes are required for each discipline. The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. c. Past performance: Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by CPARS and other sources. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of Locality: Knowledge of the locality in the general geographical area of South Shore of Staten Island and other areas within New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection criteria: f. Extent of participation of small businesses, Veteran-owned small businesses, service-disabled small businesses, HUBZONE small businesses, small disadvantaged businesses and woman-owned small businesses and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Location of the firm in general geographic proximity to New York District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense in the last 12 months, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged business and woman-owned small business and minority institutions and firms. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies and one (1) CD copy in PDF format of a comprehensive SF 330 (08/2016 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a.pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's CPARS number in Block H, SF 330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF 330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/EngineeringDivision.aspx. Submit the completed SF330's to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Mr. Stephen DiBari, P.E. CENAN EN M. 917-790-8384. Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For questions regarding this contract, contact Stephen DiBari at 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. Other release of information on firm selection shall be in accordance with USACE ACQUISITION INSTRUCTIONS (UAI) SUBPART 5.4. Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including, but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-AE-0004/listing.html)
 
Record
SN04479240-W 20170422/170420234921-aff772f7f94522801dc74a3f0dd098dd (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  © 1994-2020, Loren Data Corp.