Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Architect � Engineer (A-E) Civil Works/Dam Safety/Levee Safety Program Design Services in Support of U.S. Army Corps of Engineers (USACE) South Pacific Division (SPD) - Wide

Notice Date
10/16/2020 5:13:01 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W91238-20-R-0007
 
Response Due
10/21/2020 4:00:00 PM
 
Archive Date
11/05/2020
 
Point of Contact
Harold Williamson, Phone: 9165575196, Jin Y. Kim, Phone: 9165577957
 
E-Mail Address
Harold.Williamson@usace.army.mil, jin.kim@usace.army.mil
(Harold.Williamson@usace.army.mil, jin.kim@usace.army.mil)
 
Description
Update: 9 October 2020: Questions and Answers attached. See Attachments/Links. -------------------------------------------------------------------------------------------------------------------------------------------------------- Original Solicitation Description: 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Engineer Pamphlet (EP) 715-1-7. Up to four firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required to provide the full spectrum of design disciplines on all, or portions of, primarily, Civil Works Projects, which may include construction phase services, and, secondarily, for Military, Military Construction (MILCON), Interagency and International Services (IIS), and Hazardous, Toxic, and Radioactive Wastes (HTRW) projects. Projects will be located within the South Pacific Division�s Civil Works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO, TX, and WY, and the military boundaries of CA, NV, UT, NM, and AZ.� The primary emphasis and selection criteria for A-E services will focus on Civil Works Projects and the related Civil Engineering Design efforts, however, design services may also include Energy Resilience Conservation Investment Program (ERCIP) requirements.� A specific scope of work and services will be issued with each task order. This procurement will be conducted under FSC Code: C219; NAICS Code: 541330. The Small Business size standard for this code is $16,500,000.00. This is an unrestricted full and open competition requirement.� A minimum of three and up to four contracts will be negotiated and will be awarded within one year after the required response date to this announcement. Firm Fixed Price (FFP), Indefinite Delivery Contracts (IDC) will be negotiated. These contracts will be for a period of performance of up to five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract term by an additional two (2) years. These IDCs will have a total combined capacity for the base and option period of $110,000,000.00.� The options may be exercised at the discretion of the Government. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made in accordance with U.S. Army Corps of Engineers (USACE) Director�s Policy Memorandum (DPM) 2020-02, dated 03 Mar 20, Subject, Procedures for the Selection of Task Orders on A-E IDC Contracts.� All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,500.00. �When a task order is to be awarded under these IDC contracts, the Contracting Officer shall notify all the A-E firms within the IDC pool by the issuance of a Task Order Requirement Notice (TORN).� The TORN shall include a short summary of the scope of work, selection criteria, and a Request for Supplemental Information tailored to the specific task order requirement. �Information requested in the TORN is intended to supplement existing information and as such will focus on information required to effectively evaluate each firm relative to the specific task order requirement.� All firms who are sent a TORN will be promptly notified upon a selection decision. �Additional details of the selection process will be included in the resultant contracts. All interested Architect-Engineer firms are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent Defense Federal Acquisition Regulation Supplement (DFARS) Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.1) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to employee's office location (not the location of the work). To be eligible for contract award a firm or joint venture must be registered in the System for Award Management (SAM). Register via the Internet Site at https://www.sam.gov. If a large business firm is selected for one of these contracts, it will be required to submit a detailed subcontracting plan at a later date. A detailed plan is not required to be submitted with the Standard Form (SF) 330; however, the plans to do so should be specified in block H of the SF 330. If a large business is selected it must comply with FAR 52.219-9 regarding the requirement to subcontract. Sacramento District's recommended goal for work intended to be subcontracted is 32% for small business. The goal further states that of the 32% to be subcontracted to small business, 5% is for small disadvantaged business (subset to small business), 5% is for small business/woman owned (subset to small business), 3% for HUBZone small business (subset to small business), 3.0% for veteran-owned small business and 3% is for service-disabled veteran-owned small business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not able to be met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. Contractor Performance Evaluations: In accordance with the provisions of FAR Subpart 36.604 - Performance Evaluation, A-E contractor�s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. Performance evaluations will be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system. The Architect-Engineer Contract Administration Support System (ACASS) was previously used, and CPARS is now the current platform. Engineering Pamphlet (EP) 715-1-7, Chapter 6 has not been updated, as yet to reflect this change. Past performance evaluations shall be prepared for each architect-engineer services contract of $35,000.00 or more. A final evaluation will be prepared for each task order exceeding $35,000.00. For this procurement, the evaluation shall be prepared after acceptance of the A-E product on each task order. Past performance evaluations may also be prepared for contracts below $35,000.00. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CPARS requires specific software, called Public Key Infrastructure (PKI) certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.gov. If the contractor wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Architectural-Engineering (A-E) services are required to provide the full spectrum of design disciplines on all, or portions of, primarily, Civil Works Projects, which may include construction phase services, and, secondarily, for Military, Military Construction (MILCON), Interagency and International Services (IIS), and Hazardous, Toxic, and Radioactive Wastes (HTRW) projects. The primary emphasis and selection criteria for A-E services will focus on Civil Works Projects and Civil Engineering Design efforts.� Projects will primarily be located within the South Pacific Division�s civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO, TX, and WY and the military boundaries of CA, NV, UT, NM and AZ. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles, Border District, and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. Task orders under this contract may include, but are not limited to: Full service interdisciplinary design of new or remediation of existing structures, to include feasibility level design thru preparation of plans and specifications for construction. Design experience will be evaluated to determine ability to design features such as: dams, levees, mechanical gates and other outlet structures, pump stations, bridges, road and utility systems, foundation improvement, seepage and stability berms, cutoff walls, relief wells, dewatering, bank protection, and other civil infrastructure projects. Engineering Reports (Design Documentation Reports (DDR), Engineering Considerations and Information for Field Personnel (ECIFP), Operation and Maintenance Manual (O&M), and other engineering reports. Risk assessments (quantitative and qualitative, including economic and life loss consequences). Investigations, data collection, and testing (surveying, bathymetry, photogrammetry, drilling, geophysics, pump tests, laboratory testing, and other methods of site characterization). Data analysis (materials property development, seismicity and seismic analysis, seepage, soil and rock slope stability, blasting, erosion, hydrologic and hydraulic analysis to include physical modeling and other engineering analyses). Alternatives analysis (including cost/benefit) to include cost estimates (M-CACES); Infrastructure inspections. Project support efforts could include environmental and wetland assessments, wildlife and habitat assessments and historical assessments in accordance with National Environmental Policy Act (NEPA) and State Historical Preservation Office (SHPO) are included as potential project requirements. Construction phase services may also be required. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD) and delivering the two or three-dimensional drawings. The Government will only accept the final product for full operation, without conversion or reformatting. Work may be performed in the recent versions of AutoDesk AutoCAD or Bentley MicroStation. Geographic Information System (GIS) work may be field, desktop or Internet based. Exploration borehole and other logs shall be prepared to Corps standards. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with- the current Architectural, Engineering, and Construction (A/E/C) CADD Standard. Drawing files shall also be delivered in Portable Document Format (PDF). The specifications will be produced in SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in PDF electronic digital files. The Government will only accept final documents found to be fully operational without conversion or reformatting on the target platform specified. Responding firms must show computer and Internet capability for accessing the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MII)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchase by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria"" a"" through ""e"" are primary. Criteria ""f"" through ""g"" are secondary and will only be used as tiebreakers among technically equal firms. a.� Specialized Experience and technical competence in performing design for the civil works program, including dam and levee safety work within the South Pacific Division boundaries in categories listed below.� Significant work experience inside the Sacramento District boundaries will be considered more favorably in determining the most highly qualified firms. All items listed under Paragraph (a) are weighted equally. Full service interdisciplinary design of new or remediation of existing structures, to include feasibility level design thru preparation of plans and specifications for construction. Design experience will be evaluated to determine ability to design features such as: dams, levees, bank protection, seepage and stability berms, seepage cutoff walls, relief wells, mechanical gates and other outlet structures, pump stations, bridges, road and utility systems, foundation improvement, landslide stabilization, dewatering, and other similar type projects; Engineering Reports (Design Documentation Reports (DDR), Engineering Considerations and Information for Field Personnel (ECIFP), Operation and Maintenance Manual (O&M) and other similar engineering reports); Risk assessments (quantitative and qualitative, including economic and life loss consequences); Investigations, data collection, and testing (surveying, bathymetry, photogrammetry, drilling, geophysics, pump tests, laboratory testing); Data analysis (materials property development, seismicity and seismic analysis, seepage, soil and rock slope stability, blasting, erosion, hydrologic and hydraulic analysis to include physical modeling); Alternatives analysis (including cost/benefit) to include cost estimates (M-CACES); and, Infrastructure inspections. b.� Qualified professional personnel who are certified, registered, and highly trained in the following key disciplines: Civil Site Engineering, Geotechnical Engineering, Geology, Structural Engineering, Mechanical Engineering, Electrical Engineering, Geophysics, Cost Engineering, Hydrogeology, Seismology, Hydrologic Engineering, Hydraulic Engineering, Blasting Technology, Landscape Architecture, and Project Management. The evaluation will consider education, training, registration, overall relevant civil works design, and dam and levee safety experience and longevity with the firm. c.� Past performance on Corps of Engineers, DOD and other contracts with respect to cost control, quality of work and compliance with performance schedule. d.������ Ability to successfully execute on multiple simultaneous TOs at different locations within the required timeframe (3 or more task orders simultaneously, each with fees in the $3 million to $5 million range), including the number of professionals on the staff of the prime and key subcontractors, available to be assigned to the projects, to allow for satisfactory performance in the required time. e.������ Knowledge of Locality.� Examples include knowledge of geologic features, climatic conditions or local construction methods that are unusual or unique. f.���� Volume of DOD contract awards received in the last 12 months. g.���� Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone), Veteran-Owned Small Business (VOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB) in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit an original and FOUR (4) copies of the SF330 (08/2016) Part I, and an original and Four (4) copies of the SF 330 Part II for the prime firm and all consultants/subcontracts including related services questionnaires regarding past performance on non-Government projects to the office shown below, ATTN: Contracting A-E Team. The SF 330 shall not exceed 200 single pages (100 pages if double sided) 8 � x 11, not counting the cover letter, table of contents or any dividing page used to identify each SF 330 Section. Font size will be 10 or 12 font in either Times New Roman, Arial or Courier. No more than (3) three 11 x 17 pages for organization charts. 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. In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In block 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. In addition to all the hard copies of the SF 330s and attachments, ONE (1) additional portable document format (PDF) copy, stating the solicitation number and the firm�s name must be submitted electronically.� The electronic digital submission shall not exceed 20 Megabytes (MB).� They must be sent to these 3 email addresses: Harold.Williamson@usace.army.mil, Jin.Kim@usace.army.mil and Greg.L.Treible@usace.army.mil. 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 the close of business (4:00 pm Pacific Time (PT)) the day of the closing date will be considered for selection. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330 which will be considered by the agency. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 5. OFFERORS QUESTIONS AND COMMENTS: Questions regarding this announcement must be in writing and addressed to Harold Williamson at Harold.Williamson@usace.army.mil, Johnny Kim at Jin.Kim@usace.army.mil and Gregory L.Treible at Greg.L.Treible@usace.army.mil. All questions must be submitted no later than (October 16, 2020) at 3:00 p.m., (PT) to allow time for a response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d3ea2fe3c9b4664832e10e41797488e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05829518-F 20201018/201016230134 (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  © 1994-2020, Loren Data Corp.