Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOLICITATION NOTICE

C -- Base Notice: Indefinite Delivery Type (IDT) Contract for one (1) Contract for Quality Assurance Inspection Services for River Maintenance Projects within the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Competitive 8(a) Set-Aside)

Notice Date
11/3/2022 6:04:47 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE23O0001
 
Response Due
12/5/2022 2:00:00 PM
 
Point of Contact
MICHELLE MOORE, Phone: 601-631-5139, Amy L. Starks, Phone: 6016315693
 
E-Mail Address
Michelle.Moore@usace.army.mil, amy.l.starks@usace.army.mil
(Michelle.Moore@usace.army.mil, amy.l.starks@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This Pre-solicitation Notice is for interested firms to submit their SF 330 by 05 December 2022, 1600 hours, CST. �Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal. 1. CONTRACT INFORMATION: SF 330s are due by Close of Business on 05 December 2022.� The proposed procurement listed herein will be restricted to Competitive 8(a) Set-Aside.� One (1) indefinite delivery contract may be negotiated and awarded as a result of this solicitation. �Each contract will have a performance period of five (5) years. Each contract will be 1,825 days from the date of contract award or exhaustion of the contract value of $8.0 million, whichever comes first. ��Work will be issued by negotiated firm-fixed price or labor-hour task orders. �It is anticipated that the estimated workload for each year will be $1.6 million.� The cumulative total of Task Orders issued over the life of the contract shall not exceed $8.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. Contract award is anticipated on or before April 2023. 2.� PROJECT INFORMATION: The work under this contract shall consist of a broad range of quality assurance activities and related services for a variety of civil works projects including, but not limited to:� dredging, concrete mat placement and general inspection.� �Quality assurance activities to be performed shall include, but not be limited to:� coordinating, reading plans and specifications, monitoring, documenting, and reporting on river maintenance contractor quality control activities, safety and progress.� The Supervisory River Maintenance Representative and Inspectors will be responsible for seeing that all phases of the contract are performed and completed in accordance with the terms of the contract, including quality control and safety. The role of the Supervisory QA Representative and Inspectors will be to make recommendations as to whether the work is acceptable based on the contract requirements.� All observations made by the Supervisory QA Representative and the Inspectors will be documented on the Inspector�s Quality Assurance Report.� At the discretion of the Government, the report may be required to be prepared manually using ENG Form 2538-2-R, May 94 or electronically using the Resident Management System (RMS).� 3.� SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru E are primary. Criteria F is secondary and will only be used as a �tie- breaker,� if necessary, in ranking the most highly qualified firms. The firm (either in-house or through association with a qualified consultant(s)) must demonstrate: (A) Specialized experience and technical competence of the firm and consultants in the following work: Demonstrate QA inspection service experience on Federal Civil Works Maintenance Dredge and/or Mat Sinking Unit Systems.� � (B) Professional Qualifications: The firm must employ a sufficient number of qualified contract administrators, inspectors and supervisors/managers to perform the type of required services in accordance with applicable Government regulations, policies and standard operating procedures including, but not limited to that set forth in the technical specifications.� Registered professional personnel shall be employed in the civil or mechanical engineering disciplines to oversee and interpret plans and specifications related to the specified project. The firm should indicate and emphasize professional registration, advanced degrees, training, certifications, and specific work experience of key personnel.� The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity to Accomplish the Work:� The firm should indicate the ability to perform numerous projects, concurrently, regardless of duration, unexpected equipment breakdowns, river maintenance challenges, seasonal shutdowns, and/or personnel problems; and complete work in a timely manner. (D) Knowledge of the Locality: locality refers to geological features, climatic conditions or local river maintenance methods that are unusual or unique. (E) Past Performance:� Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above. (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 SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 4.� SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy (in PDF format) of SF 330 along with a copy of part II of each sub-consultant�s SF 330 to: MVKAECoordinator@usace.army.mil no later than 1600 hours, CST, on 05 December 2022. Include both the solicitation number and the company�s DUNS number on all submittals.� Include DUNS numbers in Block 9 for all firms listed in the SF 330.� �� Note the following restrictions on SF 330 submittals: Block E � Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side); Block H�Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139.� APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT.� This is not an RFP.� A fee proposal will be requested at a later date. ****NOTE: Contractors must be registered in the System for Award Management (SAM). For information see http: www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c2998e5fae64fc0a7a600c4b78d787f/view)
 
Place of Performance
Address: Vicksburg, MS 39183, USA
Zip Code: 39183
Country: USA
 
Record
SN06509054-F 20221105/221103230057 (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.