Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SPECIAL NOTICE

R -- R--A1 LOWER COLO RIVER BACKWATER MAPPING

Notice Date
6/11/2024 3:42:57 PM
 
Notice Type
Special Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
 
ZIP Code
89005
 
Solicitation Number
140R3024R0030
 
Response Due
7/11/2024 2:00:00 PM
 
Archive Date
07/26/2024
 
Point of Contact
Rodriguez, Diane, Phone: 7022938368, Fax: 702293
 
E-Mail Address
DLRodriguez@usbr.gov
(DLRodriguez@usbr.gov)
 
Description
REQUEST FOR QUALIFICATIONS CONTRACT INFORMATION This solicitation is a small business set-aside for Architect-Engineering Services, which will be performed in accordance with FAR Part 36.6 � Architect Engineer Services. The North American Industry Classification System (NAICS) Code is 541370 Geophysical Surveying and Mapping (except Geophysical) Services, which has a small business size standard of $16.5 Million. Potential offerors are notified that FAR clause 52.219-14 Limitations on Subcontracting is applicable and that the offeror will be required to perform at least 50% of the cost of the contract performance. Per Civilian Agency Acquisition Council (CAAC) Letter 2019-01 the following deviation to FAR 52.219-14 is applicable. FAR 52.219-14 Limitations on Subcontracting (October 2022) (Deviation October 2022) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that (1) has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status) and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; and (4) Orders expected to exceed the simplified acquisition threshold and that are� (i) Set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii), (5) Orders, regardless of dollar value, that are� (i) Set aside in accordance with subparts, 19.8, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs descripted in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii), and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitation on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees to the following requirements in the performance of a contract assigned a North American Industry Classification System (NAICS) code applicable to this contract: (1) Services (except construction), It will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (i) The following services may be excluded from the 50 percent limitation: (A) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code (562910), cloud computing services, or mass media purchases. (B) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), It will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. (3) General construction, It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. (4) Construction by special trade contractors, It will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) or contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause- _X_ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. PROJECT INFORMATION See Attachment 1, Statement of Work The successful awardee on this requirement will be responsible for providing all required personnel, equipment, travel costs, tools and materials needed to accomplish the work required. Work is anticipated to be completed within 270 calendar days from receipt of Notice of Award. EVALUATION PROCESS Step 1: Evaluation of the Standard Form 330 to establish the three (3) most technically qualified firms. Step 2: The three (3) most highly qualified firms will be interviewed. Evaluation & Selection will be made in accordance with the Brooks Act and Federal Acquisition Regulations outlined in FAR Part 36.6. Offerors will be evaluated and ranked based on the criteria identified below. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Standard Form 330 (SF-330) - The A&E must demonstrate its and each of the key personnel's qualifications with respect to the published evaluation factors for all services as described in the Statement of Work. SF-330s will be evaluated to determine the most highly qualified firm based on factor responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide valid contact information in all instances where requested on forms, may result in an offeror being rated less favorably. All projects submitted within the SF-330, Part I, Section F, for this request must have been completed by the office, branch, or individual team member(s) proposed to perform the work under this contract. Projects submitted under this request that were not performed by some combination of the team member(s) proposed under SF-330, Part I, Section C will be excluded from evaluation consideration. The A&E must clearly demonstrate qualifications of the Prime, Joint Venture (J.V.) Partners, Subcontractors, and Key Personnel with respect to the published evaluation factors for all services. Evaluation Factor (1) Professional qualifications necessary for satisfactory performance of required services Experience/Technical expertise � general hydrography, surveying, and geotechnical applications. Offeror's ability to provide qualified staff with knowledge and experience in a wide variety of hydrographic, surveying, geotechnical and related applications, including the following subcategories: Subcategories: Project management Surveying Hydrography, including data collection by geophysical/remote sensing methods Geospatial analysis, geographic information systems, and cartography Water resources/civil engineering Evaluation Factor (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials Hydrography, surveying, and laboratory geotechnical testing expertise. Offeror's ability to provide qualified staff with knowledge and experience in hydrography, surveying, and laboratory geotechnical testing, with emphasis on the following subcategories: Subcategories: Performance of hydrographic surveying using geophysical/remote sensing methods Performance of land surveys, including the establishing horizontal and vertical control Preparation of geospatial data products for hydrographic surveys Evaluation Factor (3) Acceptability under other appropriate evaluation criteria Knowledge and experience of staff that will be performing work under this contract, including subcontractors. Emphasis will be placed on Key Personnel project experience involving river systems similar in size and nature to the Colorado River, in the subcategories listed below, in descending order of importance. Subcategories: Performance of hydrographic surveying using geophysical/remote sensing methods Preparation of geospatial data products for hydrographic surveys Performance of land surveys, including the establishing horizontal and vertical control Evaluation Factor (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Qualifications of the Offeror based on past performance on Government contracts or private industry contracts. Quality of past performance will be based on reported success in subcategories listed below, with emphasis placed on projects under the management of Key Personnel Subcategories: General quality of work, accuracy of data collected Professional presentation Professional integrity and diligence evident in quality of work Effective working relationships and maintaining client's interest always in dealings with contract representatives Completion of work on schedule The Government may also use past performance information obtained from other sources than those identified by the offeror. Information may be obtained from the Contractor Performance Assessment Reporting System (CPAR) database located at https://www.cpars.gov/, as well as the Federal Awardee Performance and Integrity Information System (FAPIIS), at http://fai.gov/FAPIIS/trailer/module.htm. Evaluation Factor (5) Capacity to accomplish the work in the required time Ability of the Offeror to provide sufficient staff resources and good management practices to ensure successful completion of work performed under the contract. Evaluation Factor (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Offeror's location in the general geographical area and knowledge of the Colorado River Basin. Weighting of Evaluation Factors Evaluation Factors are in descending order of importance. SUBMISSION REQUIREMENTS The 07/2021 version of the SF 330 MUST be used and may be obtained from the Government Printing Office at: https://www.gsa.gov/forms, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; and B) Part I, block H (30): address how your team meets each evaluation criterion. Include an organization chart of the key personnel to be assigned to this project. Request for Qualification packages may not exceed a total of 50 pages. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF THE SUBMISSION. After the evaluation of all SF-330 submissions in accordance with the evaluation criteria, at least three of the most highly qualified offerors will be chosen for interviews. Interviews may be conducted face-to-face, by phone, or in the form of written questions at the discretion of the Government. It is anticipated that interviews for slated offerors will be conducted via Microsoft TEAMS. After the Evaluation Board considers information provided in the SF-330s, as well as interviews, the most highly qualified firms will be ranked by preference in accordance with FAR 63.602-3. The number one ranked firm will enter into negotiations with the Government. The first step in the negotiation process will be issuance of a Request for Proposal (RFP) Package. The RFP Package will only be provided to the number one ranked firm. Once the A&E firm submits their RFP package, price negotiations will be held. If a mutually agreeable contract can be reached, then an award will be made. In the event that a mutually agreeable contract cannot be reached, then negotiations with that firm will be terminated in writing, and the next most preferred firm will be contacted for negotiations. A single firm-fixed price contract will be awarded for this requirement. SF 330's shall be submitted electronically via email to the Contract Specialist, DLRodriguez@usbr.gov. Email attachments combined cannot exceed 10MB. If a potential offeror's submission exceeds 10MB, an email shall be sent to the Contract Specialist and Contracting Officer to request an alternate method for submitting documents. Only written request will be accepted, and the email subject shall clearly state the solicitation number, 140R3024R0030. The written request shall be received at least three (3) business days prior to the due date, any request received less than three (3) days prior may not be able to be accommodated. No paper submittals (hand delivered or mail submission) shall be accepted for this solicitation. WRITTEN QUESTIONS Reclamation will only accept written questions for this solicitation. Please submit all written questions to Diane Rodriguez, via email, DLRodriguez@usbr.gov, no later than 2:00 p.m., Pacific Time, on June 20, 2024. The subject line shall clearly reference the solicitation number associated with this Request for Qualifications. No questions will be entertained after this date. ONLY WRITTEN QUESTIONS WILL RECEIVE A RESPONSE. No Phone calls will be accepted. To participate, and be eligible for a contract award, all prospective vendors must be registered in SAM (System for Award Management), which can be found at https://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f0c9ba144a14f019b1352e00dbe9c79/view)
 
Record
SN07092771-F 20240613/240611230124 (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.