Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR VALUE ENGINEERING SERVICES. (Restricted to Woman-Owned Small Business)

Notice Date
12/15/2023 2:43:35 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE24O0002
 
Response Due
1/16/2024 2:00:00 PM
 
Archive Date
01/31/2024
 
Point of Contact
Afton Riles, Phone: 6016315813, Amy L. Starks, Phone: 6016315693
 
E-Mail Address
Afton.Riles@usace.army.mil, amy.l.starks@usace.army.mil
(Afton.Riles@usace.army.mil, amy.l.starks@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
W912EE -� This Pre-solicitation Notice is for interested firms to submit their SF 330 by January 16, 2024, 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 (RFP). 1. CONTRACT INFORMATION: The proposed procurement listed herein will be set aside for Woman-Owned Small Business concerns and submittals from only Woman-Owned Small Business will be considered. A firm is considered to be a Woman-Owned Small Business concern if the firm's average annual receipts from the preceding three fiscal years do not exceed $14.0 Million. The services to be procured under this announcement are classified in North American Industry Classification System Code 541330. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) indefinite delivery contract may be negotiated and awarded as a result of this solicitation. Work will be accomplished under separate Indefinite Delivery Indefinite Delivery Type Contracts NTE $6,000,000 with a performance period of five (5) years for each contract. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the particular project, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. Contract award is anticipated by June 2024. 2. PROJECT INFORMATION: A-E service capabilities are required for various projects and support for other agencies. More specifically, services of qualified A-E firms are sought to conduct and/or participate in Value Engineering (V-E) studies and related technical review, planning and design analysis of civil works, military and infrastructure projects. Work will be provided for the six districts in the Corps of Engineers Mississippi River Valley Division (St. Paul, MN, Rock Island, IL, St. Louis, MO, Memphis, TN, Vicksburg, MS and New Orleans, LA) and may, on occasion, be performed for any other Corps district or mission area of responsibility within the United States Army Corps of Engineers. While the primary work under this contract will be for the execution and documentation of traditional VE studies, the contractor may be requested to perform other related VE Program work of limited scope and duration.� This work includes but is not limited to the following: executing plan formulation activities, performing entire small studies such as Planning Assistance to States, Continuing Authorities Program or other similar USACE planning function, and performing various engineering design activities on specifically scoped design reports, decision documents or other similar project needs. Study report documents shall be provided in general accordance with Corps of Engineers Value Engineering (ER 11-1-321). Projects to be studied include, but may not be limited to, both the planning and design of hurricane protection, navigation, flood control, environmental protection, ecosystem restoration, hazardous, toxic, and radiological waste control and/or treatment, military facilities and urban infrastructure. Project features encompass such items as embankments, channels, floodwalls, hydraulic structures, gates, bank protection, structures, structure foundations, sheet piling, roads, bridges, dredging, pumping stations, environmental protection, appurtenant structures, water supply and storage, wastewater treatment and distribution systems, military barracks, and other miscellaneous civil and military works. Studies will be conducted by a multi-disciplinary professional engineering team that is lead by a team member who has been certified by the Society of American Value Engineers (SAVE) International as a Certified Value Specialist (CVS) or equivalent USACE approved certification. Studies shall be performed by a team comprised of engineers experienced in the disciplines appropriate for designing the project feature(s) under study. In addition to the CVS, the availability of at least one professional engineer of each of the following disciplines will be required: civil, environmental (hazardous waste), structural, geotechnical, hydraulic, mechanical, electrical, and cost engineering. Therefore, professional design experience in civil, structural, geotechnical, hydraulic, hydrologic, sanitary, mechanical, and electrical engineering and survey and mapping, CAD, architecture, and cost estimating is required. 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 D are primary; criteria E is secondary and will only be used as a �tie-breaker�, if necessary, in ranking the most highly qualified firms. Firms must either have in-house or through association with a qualified consultant demonstrate the following: (A) Specialized Experience and Technical Competence: List no more than 10 projects that best illustrate current qualifications, relevant project experience and technical competence of the firm and consultants in the work described in paragraph 2 above. (B) Professional Qualifications: The firm should indicate professional registration and work experience of key personnel, specifically identifying staff for the key disciplines of Certified Value Specialist, Civil Engineer, Hydraulic Engineer, Structural Engineer, Geotechnical Engineer, Environmental (hazardous waste) Engineer, Mechanical Engineer, Electrical Engineer, and Cost Engineer, with regard to the 10 key projects. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity: Consideration will be given to firms that indicate the capacity to perform multiple projects simultaneously and to complete work in a timely manner (i.e., in the required timeframe and in the absence of other conflicting Corps planning or design work). (D) Past Performance: Consideration will be given to ratings and verifiable past performance on previous DoD contracts. (E) Equitable distribution of DoD contracts. Consideration will be given to the 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. 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 signed copy of part II of each sub-consultant�s SF 330 to: MVKAECoordinator@usace.army.mil no later than 1600 hours, CST, on 16 January 2024.� Include both the solicitation number and the company�s Unique Entity ID number on all submittals.� Include Unique Entity ID 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 a Request for Proposal. 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. 5. INQUIRIES SUBMISSION:� PRE-SOLICITATION NUMBER: W912EE24O0002 INQUIRIES AND QUESTIONS ALL QUESTIONS MUST BE SUBMITTED VIA PROJNET. TECHNICAL INQUIRIES AND QUESTIONS RELATING TO THIS SOLICITATION ARE TO BESUBMITTED VIA BIDDER INQUIRY IN PROJNET AT (HTTPS://WWW.PROJNET.ORG). BIDDERS ARE ENCOURAGED TO SUBMIT QUESTIONS 5 DAYS PRIOR TO SF330 SUBMITTAL IN ORDER TO ENSURE ADEQUATE TIME IS ALLOTTED TO FORM AN APPROPRIATE RESPONSE AND AMEND THE SOLICITATION, IF NECESSARY. TO SUBMIT AND REVIEW INQUIRY ITEMS, PROSPECTIVE VENDORS WILL NEED TO USE THE BIDDER INQUIRY KEY PRESENTED BELOW AND FOLLOW THE INSTRUCTIONS LISTED BELOW THE KEY FOR ACCESS. A PROSPECTIVE VENDOR WHO SUBMITS A COMMENT /QUESTION WILL RECEIVE AN ACKNOWLEDGEMENT OF THEIR COMMENT/QUESTION VIA EMAIL, FOLLOWED BY AN ANSWER TO THE COMMENT/QUESTION AFTER IT HAS BEEN PROCESSED BY OUR TECHNICAL TEAM. ALL TIMELY QUESTIONS AND APPROVED ANSWERS WILL BE MADE AVAILABLE THROUGH PROJNET. APPROVED ANSWERS TO ALL TIMELY QUESTIONS WILL ALSO BE POSTED ON THE FEDBIZOPS IN THE FORM OF A REPORT GENERATED FROM PROJNET AS SOON AS THE COMMENT/QUESTION ENTERING PERIOD IS OVER AND ALL ANSWERS ARE ALL FINALIZED. THE PRE-SOLICITATION NUMBER IS: W912EE24O0002 THE BIDDER INQUIRY KEY IS: G72IPZ-E34CBP SPECIFIC INSTRUCTIONS FOR PROJNET BID INQUIRY ACCESS: 1.�������� FROM THE PROJNET HOME PAGE LINKED ABOVE, CLICK ON QUICK ADD ON THE UPPER RIGHT SIDE OF THE SCREEN. 2.�������� IDENTIFY THE AGENCY. THIS SHOULD BE MARKED AS USACE. 3.�������� KEY. ENTER THE BIDDER INQUIRY KEY LISTED ABOVE. 4.�������� EMAIL. ENTER THE EMAIL ADDRESS YOU WOULD LIKE TO USE FOR COMMUNICATION. 5.�������� CLICK CONTINUE. A PAGE WILL THEN OPEN SAYING THAT A USER ACCOUNT WAS NOT FOUND AND WILL ASK YOU TO CREATE ONE USING THE PROVIDED FORM. 6.�������� ENTER YOUR FIRST NAME, LAST NAME, COMPANY, CITY, STATE, PHONE, EMAIL, SECRET QUESTION, SECRET ANSWER, AND TIME ZONE. MAKE SURE TO REMEMBER YOUR SECRET QUESTION AND ANSWER AS THEY WILL BE USED FROM THIS POINT ON TO ACCESS THE PROJNET SYSTEM. 7.�������� CLICK ADD USER. ONCE THIS IS COMPLETED YOU ARE NOW REGISTERED WITHIN PROJNET AND ARE CURRENTLY LOGGED INTO THE SYSTEM. SPECIFIC INSTRUCTIONS FOR FUTURE PROJNET BID INQUIRY ACCESS: 1.�������� FOR FUTURE ACCESS TO PROJNET, YOU WILL NOT BE EMAILED ANY TYPE OF PASSWORD. YOU WILL UTILIZE YOUR SECRET QUESTION AND SECRET ANSWER TO LOG IN. 2.�������� FROM THE PROJNET HOME PAGE LINKED ABOVE, CLICK ON QUICK ADD ON THE UPPER RIGHT SIDE OF THE SCREEN. 3.�������� IDENTIFY THE AGENCY. THIS SHOULD BE MARKED AS USACE. 4.�������� KEY. ENTER THE BIDDER INQUIRY KEY LISTED ABOVE. 5.�������� EMAIL. ENTER THE EMAIL ADDRESS YOU USED TO REGISTER PREVIOUSLY IN PROJNET. 6.�������� CLICK CONTINUE. A PAGE WILL THEN OPEN ASKING YOU TO ENTER THE ANSWER TO YOUR SECRET QUESTION. 7.�������� ENTER YOUR SECRET ANSWER AND CLICK LOGIN. ONCE THIS IS COMPLETED YOU ARE NOW LOGGED INTO THE SYSTEM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7230d87d17e84d8fbc0b48bfc6dbf617/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06913685-F 20231217/231215230040 (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.