Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

C -- Water Resources IDIQ Contracts

Notice Date
5/14/2020 5:59:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP20R0030
 
Response Due
5/22/2020 12:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Brittany J. Benner, Contract Specialist, Phone: 9042323135, Remi J. Eggers, Contracting Specialist, Phone: 9042321003
 
E-Mail Address
brittany.s.benner@usace.army.mil, Remi.J.Eggers@usace.army.mil
(brittany.s.benner@usace.army.mil, Remi.J.Eggers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FBO SYNOPSIS WORKSHEET C � INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR Water Resources Engineering for Civil Works Projects to Support the Jacksonville District Solicitation Number:� W912EP-20-R-0030 Contract Specialist:� Brittany Benner, 904-232-3135 Technical POC:� Andrea Agudelo, 904-232-3302 1.� CONTRACT INFORMATION:� This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6.� A firm will be selected for negotiations based on demonstrated competence and qualifications for the required work.� See Numbered Note 24 for general information on the A-E selection process.� The services will consist of preparation of studies, reports, or portions of reports, pertaining to engineering of water resources engineering and related civil works projects, including work related to flood damage reduction, water delivery and control, water management, ecosystem restoration, coastal systems, navigation, recreational areas and other Corps of Engineers hydrologic and hydraulic responsibilities.� The primary purpose of this contract is to provide services for projects located within the geographic boundaries of the Jacksonville District.� The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District.� North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts.� This contract is set-aside for Women-Owned Small Businesses (WOSB) only.� One Indefinite delivery contract will be negotiated and awarded from this solicitation with subsequent work issued by negotiated firm-fixed-price task orders. �This announcement will result in one award.� The contract will be for a period of one year from the date of award, with options to extend for four additional years; not to exceed a total of five years.� While the estimated dollar amount per year is $2,000,000.00, the actual obligation per year may be greater than or less than the $2,000,000.00.� Maximum order limit is $10,000,000 for the life of the contract, including options.� To be eligible for contract award, a firm must be registered in the System for Award Management (SAM).� Register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/.� A firm must also be registered in the U.S. Small Business Administration (SBA) in order to receive an award from this solicitation.� Register via the SBA Internet site at http://www.sba.gov/ �� 2.� PROJECT INFORMATION:� Work will consist of preparation of studies, reports, or portions of reports, pertaining to engineering of water resources and related projects, including work related to flood damage reduction, water delivery and control, water management, ecosystem restoration, coastal systems, navigation, recreational areas and other Corps of Engineers hydrologic and hydraulic responsibilities. Work will include, but not be limited to: hydrologic and hydraulic analyses associated with the design and performance of flood damage reduction, water delivery, water management, ecosystem restoration, coastal storm damage reduction, navigation and recreation projects. Tasks will include analyses of tidal inlet hydraulics and sediment transport, numerical modeling of ocean and coastal waves and currents, analysis and design of coastal hard structures and beach nourishment, surface water hydrology, hydraulics and hydrodynamics, supercritical flow, 2-D and 3-D flow and integrated surface water and groundwater modeling using USACE-approved models; sediment transport and scour studies, water quality analyses and modeling; groundwater studies; analytical/statistical evaluation of historic data; technical review; public involvement; and expert testimony. Data collection, such as topographic and bathymetric survey work for model input, datum conversion of gage data and topography data, and Quality Assurance/Quality Control reporting of data may be required.� Additionally, the A-E may be tasked to perform risk and uncertainty analyses, and value engineering. 3.� SELECTION CRITERIA:� Factors for evaluation are listed below in descending order of importance (first by major criterion and then by each sub-criterion).� Criteria a-e is primary.� Criteria f-g is secondary and will only be used as �tie-breakers� among firms that are essentially technically equal. ���� a. Specialized Experience and Technical Competence.� Firms must clearly demonstrate specialized experience and expertise in water resources engineering projects with emphasis on: hydrologic and hydraulic analyses associated with the design and performance of ecosystem restoration; flood control; water delivery; coastal and navigation projects; two and three-dimensional surface water and groundwater modeling; water management operational modeling; water quality; groundwater studies; analytical/statistical evaluation of historic data; demonstrate ability to provide expert testimony in court; and ability to perform independent technical review and expert peer review. ���� b. Professional Qualifications.� A resume is required for key personnel showing relevant education, training, registrations, and certifications.� Prime firm shall have at a minimum one (main engineering discipline) registered professional within their firm to qualify for award.� Provide either in-house or through association with qualified subcontractors, U.S. registered/licensed personnel (as applicable) in the following disciplines: Civil Engineers; Hydrologic/Hydraulic Engineers; Hydrologists; Hydro-geologists; Water Quality Specialists; Ecologists; and Water Resources Planners. c. Capacity to Accomplish the Work. Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. �d. Past Performance.� Firm must demonstrate its past performance in accomplishment of similar work.� Firm must submit information for relevant contracts and subcontracts started or completed within the past five (5) years (measured from the date of this synopsis), including the name, address, and telephone number of references.� Firms may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts and include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance.� Past performance will be reviewed on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from the Contractor Performance Assessment Report System (CPARS) and other sources. ���� e. Knowledge of the Locality.� Firms shall be familiar with design/modeling requirements applicable to Florida. The following secondary criteria will be used as tiebreakers, if necessary: f. Equitable Distribution of DoD Contracts.� Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged business. g. Geographic Proximity. Location of the firm in the general geographical area of Florida. 4.� SUBMISSION REQUIREMENTS:� Interested firms having the capabilities to perform this work�shall utilize the DoD Secure Access File Exchange (DoD SAFE) at https://safe.apps.mil/ system for proposal submission. Files shall be submitted electronically not later than 3:00 P.M. Submittals received after this date and time will not be considered.� Solicitation packages are not provided.� This is not a request for proposal.� Verbal requests for information must be directed to the contract specialist POC appearing in the synopsis.� Collect calls cannot be accepted.� Written requests for explanation must be directed to the contract specialist POC appearing in the synopsis. �Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired.� Responses to this announcement should be in electronic form only; telephone calls and personal visits are discouraged.� Facsimile copies are not acceptable.�� Submit proposals in Adobe Portable Document Format (PDF)as two separate electronic files. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. The electronic files shall be named as follows: ""W912EP20R0030-firm name-SF 330 Part I""� - SF 330 Part I, for the proposed combined team (firm and joint venture and all subcontractors) ""W912EP20R0030-firm name-SF 330 Part II""�- SF 330 Part II for the firm or joint venture and each subcontractor When completing the information for transmittal at the DOD SAFE website, you will be asked to enter email addresses for the recipients. When your proposal is submitted via the DOD SAFE website, the website will provide notification of the submittal to the recipients. The Contract Specialist is Ms. Brittany. Benner at Brittany.J.Benner@usace.army.mil. The Contracting Officer is Mr Remi Eggers at Remi.J.Eggers@usace.army.mil. These email addresses are the ones you will enter as recipients. Submit the two electronic files using the DoD Secure Access File Exchange (DoD SAFE) https://safe.apps.mil/.� A help guide can be found at https://dl.dod.cyber.mil/wp-content/uploads/dcs/pdf/unclass-DOD_SAFE_User_Guidev0_2d1.pdf. ������������� Non CAC card holders: This type of drop-off allows a non-authenticated user (Guest) to upload a file that has been requested by an authenticated user. An authenticated user must first execute the ""Request a Drop-Off"" procedure to obtain a ""Request Code"" for external delivery to the non-authenticated user.� You must contact Ms. Brittany. Benner at Brittany.J.BENNER@usace.army.mil and Mr. Remi Eggers at Remi.J.Eggers@usace.army.mil NLT 3 days before proposal receipt to receive your �Request Code� Proposals shall be submitted electronically to DOD SAFE website prior to the proposal due date required in the solicitation. It is the offeror�s responsibility to ensure that the electronic proposals have been received. The date and time of delivery will be established by the time of receipt of the e-mail notification to the Contract Specialist and Contracting Officer by the DOD SAFE website, not by the date and time of uploading of the proposal into the DOD SAFE website. Do not assume that electronic communication is instantaneous. Please make allowances for delays in transmittal, virus scans, etc. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients� email inboxes until after the deadline, the submission will be considered late. A�pre-proposal conference will be conducted on Thursday, May 14, 2020 at 0900�AM EST.� All interested vendors are encouraged to call in. The call in number is 877-402-9753, Access code 4696035, passcode 1234.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/83c435cdcb3d498d9424b6fd248731e4/view)
 
Place of Performance
Address: Jacksonville, FL 32207, USA
Zip Code: 32207
Country: USA
 
Record
SN05657382-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.