Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

C -- Announcement Information for a MATOC (IDC�s C-208, C-209 & C-216) General Architect-Engineer (A-E) for Primarily Navigation, Coastal Flood Risk Management and Ecosystem Restoration Projects in the NAN/NAD Region

Notice Date
4/22/2021 10:38:32 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
New York New York NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS21R0006
 
Response Due
5/1/2021 1:00:00 PM
 
Archive Date
05/16/2021
 
Point of Contact
sandra schenning, Phone: 9177908177, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
sandra.l.schenning@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(sandra.l.schenning@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This contract is being procured as a small business set aside 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. Three (3) A-E firms will be selected based on demonstrated competence and qualifications for the required work. This solicitation is set aside for small business. This MATOC will consist of three (3) small business firms. The 3 top ranked small business firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of each Indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the MATOC will not exceed $50M. Task Orders will be issued by negotiated firm-fixed-price task orders to the most technically qualified offeror in response to the Task Order Requirement Notification (TORN) and will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum seed task order with a minimum value of $4,000 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 and 541310. 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. Each IDC is anticipated to be awarded in August/September 2021. 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 a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at�1-800-334-3414. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: This contract will provide architect and engineering services for navigation projects, coastal storm risk management projects and ecosystem restoration and mitigation projects. This includes, but is not limited to, preparation of studies, reports, design documents, plans, specifications, cost estimates; coastal flood damage and benefit analysis; navigation design and procedures, channel designs, blasting and subsurface investigations, remote sensing, underwater drilling, geotechnical engineering and geophysical investigations; coastal engineering, shore protection, design and restoration improvements in coastal and coastal inlets, including aerial photography, and project report preparations, The project area is primarily within the New York District boundaries and other Corps of Engineers locations within �NAD/MSC� boundaries. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: a. Specialized experience and technical competence: 1. Submit at least four (4) Example Projects in SF 330 Section F that demonstrates experience with the following project type: Navigation design which includes but is not limited to the following: Navigation procedures, deep draft and shallow draft navigation projects, and preparation of plans and specifications and construction support services for deep draft and shallow draft projects. Ship and port operations and design, channel design, subsurface investigations, remote sensing, underwater drilling, blasting and mechanical removal of rock (blasted and unblasted); and noise and vibration monitoring due to the dredging and blasting activities, dredged material disposal site investigations, analysis of potential sites, design of marine structures, feasibility studies, and design documents of deep draft and shallow draft projects. Working knowledge of geophysical methods suitable for identifying underground and underwater utilities (pipelines) or other structures as well as the ability to image them in detailed profiles, cross-sections and location maps. Demonstrated capabilities within the team to perform subsurface investigations, remote sensing, knowledge of underwater drilling, blasting, and mechanical removal of rock (blasted and un-blasted), dredged material disposal site investigations, siting analysis, dredgability of material and design of marine structures and noise and vibration monitoring due to the dredging and blasting activities. Demonstrated ability to integrate various geophysical, hydrographic and geological data to create profiles, cross-sections and maps of bedrock structure and sediment thickness (isopach) in a marine environment. Demonstrated knowledge of the detailed geology (Stratigraphy and Petrology) of the New York Metropolitan Area with specific emphasis on the sediments and rocks that occur along the navigation channels in the Port of New York and New Jersey. Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components. Ability to describe the lithology of core samples in detail and to document factors (i.e. fractures) that may determine if a rock formation and dredgeability without blasting or pre-treatment. Proven ability to supervise drill crew in acquiring standard penetration test data (SPT Borings) in a marine environment. Demonstrated experience in determining the dredgeability of material based on geophysical and geological properties. Demonstrate ability to perform technical design reviews of navigation type projects including dredging (both shallow and deep draft navigation projects, including dredging of channels and inlet protection structures). Demonstrated experience in quantifying dredge material based on disposal criteria. Demonstrated experience in channel design. Demonstrated experience of removal and replacement of existing utilities located in channels to include direct drilling and underwater inspection with a certified commercial diver with at least 1 year experience and CPR certification. Construction costs should be at least $5M. The AE shall identify the month and year the 100% Final Design was completed and identify the month and year the�construction was completed. Projects constructed �completed� before 2011 will not be considered. 2. Submit at least four (4) Example Projects in SF 330 Section F that demonstrates experience with the following project type: Coastal storm risk management projects related to but not limited to the following: design and restoration improvements in coastal and coastal inlet. This may include aerial photography; land and marine surveys; deploying and servicing wave gages and other instrumentation; subsurface investigations and analyses; geotechnical and structural analysis; and/or storm damage surveys; preparation of studies; preparation of construction plans and specifications, development of coastal and environmental monitoring programs (for shore protection projects), environmental assessments/analyses. Construction costs should be at least $50M. The AE shall identify the month and year the 100% Final Design was completed and identify the month and year the construction was completed. Projects constructed �completed� before 2011 will not be considered. 3. Submit at least two (2) Example Projects in SF 330 Section F that demonstrate experience with the following project type: Ecosystem restoration and mitigation which includes but is not limited to the design of tidal and fresh water wetlands. The A/E shall demonstrate competence in appropriate data collection and processing methods, including but not limited to the deployment and monitoring of tide and other gauges; the collection and processing of tide data to determine local tidal means; the development of a water budget, the collection of bio-benchmarking data; the development of hydrologic and hydraulic (H&H) analysis; the evaluation of planned wetlands (EPW) analysis. The A/E shall demonstrate competence in developing designs and specifications for ecosystem restoration and mitigation projects, including but not limited to establishing appropriate design elevations for proposed vegetation communities, plant species selection, construction schedule and sequencing, construction support services and develop a post-construction monitoring plan. Construction costs should be at least $5M. The AE shall identify the month and year the 100% Final Design was completed and identify the month and year the construction was completed. Projects constructed �completed� before 2011 will not be considered. 4. Demonstrate experience in design planning and scheduling management of fast track designs for construction contracts with a construction cost of $100 million or more. Construction of projects must be 100% completed to be considered. Projects constructed �completed� before 2011 will not be considered. 5. Sample projects in SF330 Section F need to: including but not limited to the deployment and monitoring of tide and other experience in design planning and scheduling management of fast track designs for construction contracts. Collection and processing of tide data to determine local tidal means; the development of a water budget, the collection of bio-benchmarking data; the development of hydrologic and hydraulic (H&H) analysis; the evaluation of planned wetlands (EPW) analysis. The AE shall identify the month and year the project was completed. Projects completed before 2011 will not be considered. B. Ability to prepare CADD drawings in the latest versions of AutoCAD, MicroStation and/or Inroads, ability to prepare data with the latest Corps Guidelines For Acquiring Geospatial Data (CADD, GIS, CAFM) System and the New York District CADD standards. C. Experience in the ability to provide a QA/QC plan indicating how the prime plans to manage their team to ensure that quality products are prepared. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. D. Demonstrate capability to execute multiple task orders simultaneously. On all ten (10) Example Projects, the government may consider the following strengths for evaluation purposes: � Projects demonstrating experience working within NY district boundaries. � Projects demonstrating experience working in the states of New York and New Jersey � Projects demonstrating experience with permitting in the States in the NY District area of responsibility. � Projects demonstrating experience with Navigation Design. � Projects demonstrating experience with Coastal Flood Risk Management. � Projects demonstrating experience with Ecosystem Restoration. � Projects demonstrating experience working MCACES. � Projects demonstrating experience with fast-tracked designs. � Projects demonstrating experience utilizing a Design Quality Control Plan b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: Senior project personnel for each key discipline are required to be licensed/ registered. Resumes must be provided for each discipline, except where noted below. . Project Manager (P.E. required) . Quality Assurance Manager (P.E. required) . Coastal Engineer (P.E required) . Hydraulic/Hydrologic Engineer (P.E. required) . Coastal Engineer (P.E. required) . Architecture (R.A. required) . Structural Engineering (P.E. required) . Civil Engineering (P.E. required) . Mechanical Engineering (P.E. required) . Electrical Engineering (P.E. required) . Landscape Architect (RLA) . Cost Engineer (P.E. required. Those with CCP/CPE certification will be considered a strength) . Geotechnical Engineer (P.E. required) . Land Surveyor (P.L.S. required) . Environmental Engineer (P.E. required) . Master Planner (P.E. or R.A. required) . Hydrographic Surveyor . Biologist . Ecologist/Environmental Scientist . Geologist/Hydrogeologist . Soil scientist . GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) . Certified Commercial Diver . HTRW Specialist . Real Estate Specialist . Draftsperson/CADD Operator . Technical Writer The evaluation will consider education, registration, and training and overall and relevant experienced using information from Section E of 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. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or 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: In an effort to expedite the selection process the A-E�s are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. 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 the locality in the general geographical area of the NY District boundaries. 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. Geographic Proximity in relation to New York District boundaries. g. Volume of work previously awarded to the firm by the Department of Defense, 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 small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must download their SF330 to Stephen DiBari by email stephen.dibari@usace.army.mil. Maximum File size to send is 20GB. If overall SF330 is larger than 20GB, please break up the file into smaller files. AT THE TIME OF THIS NOTICE, DUE TO COVID-19 26 Federal Plaza is open on a limited basis. NO HARD COPIES OF SF-330�S WILL BE REQUIRED AT THIS TIME, but may be required to be submitted after 26 Federal re-opens. DO NOT MAIL SF-330�S (CD or Hard Copies) TO THE CONTRACT SPECIALIST AT 26 FEDERAL PLAZA. Doing so, will delay the AE Selection/award process. The SF 330 can be found on the following GSAweb-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. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers, front and back covers, cover letter and Part II of the SF 330 don�t count towards overall page limit. Tabloid size paper 11� X 17� pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website: https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ Advertisement will be posted in https://beta.sam.gov/. If the response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. For questions regarding this contract, contact Stephen DiBari via 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 final selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). 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. Firms must be registered in the following: https://www.sam.gov/portal/SAM/#1 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bda9978d02df44c786ad668e33757d02/view)
 
Place of Performance
Address: New York, NY 10278, USA
Zip Code: 10278
Country: USA
 
Record
SN05980177-F 20210424/210422230112 (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.