Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

C -- Architect-Engineer Indefinite Delivery Contract for Inland Navigation and Water Resources Planning Services assigned to the Great Lakes and Ohio River Division

Notice Date
11/20/2020 10:21:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-0004
 
Response Due
12/21/2020 1:00:00 PM
 
Archive Date
01/05/2021
 
Point of Contact
Thomas P. Hartman, Phone: 3043995183, Kristin D. Blake, Phone: 3043995693
 
E-Mail Address
thomas.p.hartman@usace.army.mil, kristin.d.blake@usace.army.mil
(thomas.p.hartman@usace.army.mil, kristin.d.blake@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Architect-Engineer Indefinite Delivery Contract for Inland Navigation and Water Resources Planning Services assigned to Districts within the U.S. Army Corps of Engineers the Great Lakes and Ohio River Division. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. One indefinite delivery contract will be negotiated and awarded with a one year base period and four, one year option periods. The amount of the contract will not exceed $15,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. This announcement is restricted to small businesses only. The North American Industrial Classification System code (NAICS) is 541330, which has a standard size of $16,500,000.00 in average annual receipts. Limitations on subcontracting are referenced in FAR clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A corporate Quality Control Plan will be required at the time of award. Each task order will require a task specific Quality Control Plan and if site work is required, a Site Specific Safety and Health Plan in accordance with the USACE Engineering Manual (EM) 385-1-1. To be eligible for contract award, firms must be registered in the System Award Management (SAM) at the time of submission (FAR 4.1102). Register via the SAM website at https://www.sam.gov/portal/public/SAM. � PROJECT INFORMATION:� The A-E services to be provided under this contract will include but not be limited to: water resources planning; transportation system modeling and benefit estimation; economic impact analyses; bulk, neobulk, and container flows and projections; social impact analyses; shipper and carrier surveys and interviews; historic properties and cultural resources; freight transportation rate and cost analyses; physical and biological baseline condition; national and regional demographic and economic forecasts; environmental impact assessments; navigation externality analyses; biological assessments; intermodal operations planning and industrial/port site identification and investigation; plan alternatives identification, formulation, analysis and cost evaluation; inland shallow draft and deep draft fleet inventories and forecasts; risk and uncertainty analyses; resource and market surveys and analyses; master planning; discrete event simulation analyses of freight transportation features; public involvement programs; database management and interface design, implementation, and maintenance; watershed planning; shallow and deep draft inland navigation planning; financial analysis and planning; mathematical programming; inventory of recreational resources/facilities; recreation demand modeling and forecasting; marketability and feasibility analyses; regional economic forecasting procedures; ecosystem restoration techniques/measures; development of feasibility level/preliminary concept plans; community planning; site planning; terrestrial and aquatic environmental design; architectural renderings; landscape architectural planning and design; landscape design and plant materials plans; visual resource analysis; geospatial data interpretation and management; and post flooding event damage compilations . Work under this proposed contract may require the performance or approval of a registered or licensed architect or engineer. The work and services may also include general development of feasibility reports. All work shall be accomplished in accordance with the National Environmental Policy Act, National Historic Preservation Act and the Endangered Species Act. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub- criterion). Criteria A through E are primary. Criteria F is a secondary factor and will only be used as a �tie-breaker� among firms that are essentially technically equal. Specialized Experience and Technical Competence: As listed below in descending order of importance; firms must demonstrate specialized and relevant experience and technical competence, availability of both staff and equipment to perform, monitor, and otherwise accomplish the defined work: Water Resources Planning Environmental Impact Assessments Economic impact analyses Physical and Biological baseline condition (including Habitat Evaluation Procedures to determine existing and projected Habitat Units) Historic Properties and Cultural Resources Freight transportation rate and cost analyses National and regional demographic and economic forecasts Transportation system modeling and benefit estimation Navigation externality analysis Biological Assessments Intermodal operations planning and Industrial/port site identification and investigation Plan alternatives identification, formulation, analysis and cost evaluation Shipper and carrier surveys and interviews Bulk, neobulk and container flows and projections Inland shallow draft and deep draft fleet inventories and forecasts Risk and uncertainty analyses Discrete event simulation analyses of freight transportation features Public involvement programs Database management and interface design, implementation and maintenance Watershed Planning Shallow and deep draft inland navigation planning Financial analysis and planning Mathematical programming (linear programming, General Algebraic Modeling System (GAMS), C-plex (simplex method in the C programming series), and other solver and optimization techniques) Ecosystem restoration techniques/measures Terrestrial and aquatic environmental design Inventory of recreational resources/facilities Master planning Recreation demand modeling and forecasting Marketability and feasibility analyses Regional economic forecasting procedures ����� � B. Professional Qualifications: The evaluation of professional qualification will consider relevant experience (including years of relevant experience), education, professional registrations/licenses/certifications, and longevity with the firm.� The firm should indicate professional registrations/licenses/certifications, and specific work experience of key personnel. Qualified professional personnel in the following areas to accomplish the work include: Water Resources Planners, Economists (Transportation), Regional Economists/Regional Scientists, Transportation Planners, Ecologists, Biologists, Landscape Architects, Community Planners, Archeologists, Sociologist/Historian/Folklorists, Anthropologists, Econometricians, GIS Specialist Technicians (Office production and Field Crew), Outdoor Recreation Planners, Database Administrators, Operations Research Scientists/Analysts, Programmers, Statisticians, Urban/Regional Planners, Project Managers, Economists (Natural Resource), Economists (Agricultural), Economists (Environmental), Aquatic Biologists, Botanists, Malacologists, Engineer (Civil), Engineer (Structural), Engineer (Cost), Web Designers, Geographers, Architectural Historians, Architects, Historical Architects, Graphic Illustrators/Artists, Software Engineers, Geologist/Soil Scientists, Geophysicists, Public Financing Specialists, Museum Specialists, Curators, Technical Writers, Archeological Field Technicians, Archeological Field Director, Archeologist Principle Investigator, Geomorphologist. C. Past Performance: Firms must demonstrate past performance in work similar in technical scope on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from the Contract Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), and other sources. CPARS and FAPIIS are the primary sources of information on past performance. Verifiable, documented evaluations from sources outside CPARS and FAPIIS may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from CPARS and FAPIIS. Past Performance will be evaluated for relevancy of similar service/support, complexity, dollar value, and contract type (very relevant, relevant, somewhat relevant, not relevant) and confidence (substantial, satisfactory, limited or no confidence). A neutral confidence rating will be given if the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. � D. Capacity: Ability to perform approximately $3,000,000 in work of the required type in a one year period. The evaluation will consider the availability of an adequate number of qualified personnel in key disciplines to manage and complete multiple concurrent task orders and meet unforeseen schedule changes while maintaining delivery of a quality product on a timely schedule. E. Knowledge of the Locality:� Knowledge of the geographical and ecological region within the Great Lakes and Ohio River Division and navigable commercial inland waterways in the United States.� 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 (SB) and small disadvantaged businesses (SDB). 4. SUBMISSION REQUIREMENTS: ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY. Hand carried delivery or USPS/UPS/FEDEX delivery of hard copies and or CD-ROMs are not authorized. Facsimile submission is not authorized. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).Instructions for uploading submissions has been added to the beta.sam.gov announcement.� You must follow these instructions.� The deadline for submission has not changed.� Electronic proposals must be received to the Government NLT 4:00 PM Eastern Standard Time on December 21, 2020.� The SAFE Instructions clearly define what constitutes a timely electronic submission.� This is not a request for proposal. The POC for this procurement is Thomas P. Hartman, II, Thomas.p.hartman@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/190e5c463e424764832fe3ff3bcc4388/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05857845-F 20201122/201120230142 (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.