Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

C -- Architect-Engineer Services, Indefinite-Delivery Architect-Engineer Services Contract (Environmental/Planning) Not-To-Exceed $18M for Miscellaneous Projects for the U.S. Army Corps of Engineer in the Pacific Ocean Division Area of Responsibility - PPQ Form

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-18-R-0002
 
Point of Contact
Curtis C. Chang, Phone: (808) 835-4376, Jennifer Ko, Phone: (808) 835-4378
 
E-Mail Address
Curtis.C.Chang@usace.army.mil, Jennifer.I.Ko@usace.army.mil
(Curtis.C.Chang@usace.army.mil, Jennifer.I.Ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer Services, Indefinite Delivery Contract (Environmental and Planning Engineering) for Projects in the U.S. Army Corps of Engineers (USACE) Pacific Ocean Division Area of Responsibility 1. CONTRACT INFORMATION: Architect-Engineer (Environmental and Planning Engineering) services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military, civil works, and other DoD agencies projects within the State of Hawaii, but may include other locations in the USACE Pacific Ocean Division (POD) Area of Responsibility (AOR) including Honolulu District (POH), Alaska District (POA), Japan District (POJ), and Far East District (POF). The POH AOR includes the State of Hawaii, and territories of Guam, American Samoa and CNMI as well as the Freely Associated States including the Republic of Palau, Federated States of Micronesia and the Republic of the Marshall Islands. Indefinite delivery contracts will be negotiated and awarded with a base period of one (1) year, and will four (4) option periods that the Government reserves the right exercise. The base period and each option period that is exercised will consist of one full year per period. It is the intent to award up to two (2) AE single award indefinite delivery task order contracts with a not-to-exceed shared capacity of $18,000,000. The Government obligates itself to obtain no less than $2,500 in services. The contracts are anticipated to be awarded in July 2018. After contracts are awarded, work will be issued by negotiated firm-fixed-price task orders. When deciding which Indefinite Delivery contract will be selected to negotiate an order, the Government will consider the following: current capacity to accomplish the order in the required time, unique specialized experience, and quality of performance under the other task orders. North American Industry Classification System Code (NAICS) is 541330 - Engineering Services, which has a size standard of $15 million in average annual receipts. This is an unrestricted competitive procurement. Firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contractor. For instruction on registering with SAM see the SAM website at https://www.sam.gov/. Failure to be registered in the SAM database prior to award may render your firm ineligible for award. 2. PROJECT INFORMATION: Work primarily includes but is not limited to Environmental and Planning Engineering services described herein. Environmental Engineering work may include but not limited to preparation of environmental documents under the National Environmental Policy Act (NEPA), Federal and State environmental laws and regulations including overseas SOFA agreements on environmental protection, Executive Order 12114-Environmental Effects Abroad of Major Federal Actions, Section 7 of the Endangered Species Act, Section 106 of the National Historic Preservation Act, Air Quality, Water Quality/Water Quality Permits, Benthic Communities, Biological Assessments, Essential Fish Habitat, Land Use and Infrastructure. Planning Engineering work may include but not limited to U.S. Army Corps of Engineers (USACE) planning principles as contained in 42 U.S. Code § 1962-3 - Water resources principles and guidelines and Engineering Regulation (ER) 1105-2-100 in the development of Federal water resources, and application of a systems approach and integrated water resources planning, Master Planning, Area Development Plans, and Installation Design Guides, Land Acquisition studies, Environmental Condition of Property Reports, and Land Use Feasibility Assessments. All engineering-related services must be performed by or under the direct supervision of licensed professional Architects and/or Engineers. All services shall be performed in accordance with all applicable codes and criteria required for Government work and all applicable laws, codes and regulations pertinent to accessibility. The awarded contract will be in accordance with Federal Acquisition Regulation Site at (https://www.acquisition.gov/). ProjNet (DrChecks) (https://www.projnet.org) will be used for comment resolution of all design review SF330s. 3. SELECTION CRITERIA: The selection criteria for this solicitation is listed below in descending order of importance. Primary criteria consist of (a) through (e). Criteria (a) and (b) are considered most important and of equal importance; Criteria (c) (d) and (e) are of lesser importance and listed in descending order of importance. Secondary criteria, (f) and (g) will only be used as tie-breakers among firms ranked technically equal using the primary criteria. (a) Specialized experience and technical competence (1) The evaluation will consider the extent of the offeror's specialized experience and technical competence of the prime firm and sub-consultants for engineering services described in paragraph 2 "Project Information." SF330 requirement: Provide within SF 330, Part I, Section F examples of not more than 8 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. Project experience where the Offeror was the lead, and projects where the Offeror and significant subcontractors proposed for this IDC requirement worked together, will be given more consideration. Example project submitted shall be of completed projects. On-going projects will not be considered. All projects cited shall identify start and completion dates as well as the project size (cost and scope). (SF 330, Part I, Section F). (2) The evaluation will consider the firm's management plan/structure and quality control (QC) procedures. The Management plan and organizational structure will be evaluated to determine the sufficiency of oversight of how task orders will be managed to meet project milestones. QC procedures will be evaluated to ascertain its effectiveness in producing quality task order deliverables. SF330 requirement: Provide management plan/structure and quality control procedures within Part I, Section H (Additional Information). (b) Professional qualifications of the prime firm's staff and sub-consultants to be assigned to the projects The evaluation will consider the extent of the education, training, registration and overall relevant experience of the key personnel identified below. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the "capacity to accomplish the work" criterion. SF330 requirement: Provide up to a maximum of two (2) individuals per discipline for each of the key personnel. Identified key personnel will be more highly evaluated if he or she participated in the firm's sample projects submitted in the SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications but provide specific details. The lead architect or engineer in each discipline must be registered in the appropriate professional field. For purposes of selection criteria, the use of the term "registered" means a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States. (c) Past Performance of the firm for similar work Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Past performance evaluations will be retrieved through the Government's Past Performance Information Retrieval System (PPIRS) managed through the Contractor Performance Assessment Reporting System (CPARS). PPIRS is the primary source of information on past performance. Performance evaluations for any significant subconsultants may also be considered. The evaluation will consider past performance from other sources. The relevancy of past performance information will be considered. The more relevant the information, the more weight it carries. NOTE: if no relevant past performance information is available to evaluate, or if the record is so sparse such that no meaningful rating can be reasonably assigned, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably. SF330 requirement: Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Any credible, documented information on past performance may be submitted, but the Government is not required to seek other information on past performance if none is available through PPIRS. (Note: Past Performance Questionnaires (PPQ) can be submitted to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may use the attached standard form or obtain a form by submitting a request to the below referenced POC via email.). (d) Capacity of the firm to accomplish work in the required time. Firms will be evaluated on their 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. (e) Knowledge of the locality of the projects Firms will be evaluated on specific familiarity with the site conditions in Hawaii and the POD AOR. The intent is to demonstrate knowledge and understanding of local conditions, including the physical environment, local engineering criteria, local construction methods, and construction market conditions. SF330 Requirement: The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), item 19 (Relevant Projects). Information presented shall demonstrate general understanding of the local conditions listed above, based on specific work experience. SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (f) Geographic proximity in relation to the location of the work. Firms will be evaluated based on their main office's physical proximity to Hawaii. (g) Volume of recent DoD contract awards. The objective of this criteria is to effect an equitable distribution of DoD AE contracts among qualified firms. Specify the total volume of work awarded to the firm by a DoD agency within twelve (12) months of the closing of this announcement. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO NOT include the potential value of an IDC, nor options which have not been exercised. Information may be presented in SF330, Part I, Section H or the Government may obtain the information through other means. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 (two hard copy and two pdf files with searchable text on CD/DVD) no later than February 9, 2018 2:00 P.M. Hawaii Standard Time. Specific detail regarding the content of the SF330 is provided in the preceding paragraphs. SF330s will be sent to U.S. ARMY CORPS OF ENGINEER, HONOLULU DISTRICT, BUILDING 252, Walker Drive, ATTN: CEPOH-CTA, FORT SHAFTER, HAWAII 96858-5440. Request for Proposal No. W9128A-18-R-0002 shall be utilized to solicit a proposal from the successful firms selected from this solicitation. This is not a "Request for Proposal".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-18-R-0002/listing.html)
 
Place of Performance
Address: Pacific Ocean Division Area of Responsibility, United States
 
Record
SN04787964-W 20180113/180111231339-018154fe2a994b3ee93811ed7372d025 (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.