Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Architect Engineer Services, National USACE-Wide Dam Safety Modification Mandatory Center of Expertise, Instrumentation/Automated Data Acquisition System - W9123724R0001

Notice Date
7/1/2024 4:16:46 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123724R0001
 
Response Due
7/30/2024 8:00:00 AM
 
Archive Date
08/14/2024
 
Point of Contact
AMY DAVIS, Phone: 3043995907, Patrina SINGLETON, Phone: 3043996936
 
E-Mail Address
amy.l.davis@usace.army.mil, patrina.g.singleton@usace.army.mil
(amy.l.davis@usace.army.mil, patrina.g.singleton@usace.army.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
1. CONTRACT INFORMATION:� This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act (PL 92-582) as implemented in FAR Subpart 36.6. Architect-Engineer Contractors (A-Es) will be selected for negotiations based on demonstrated competence and qualifications for the required work.� Work will be performed for the US Army Corps of Engineers (USACE) or its customers. Work will predominantly occur within the boundaries of the Continental United States (CONUS) though some work may potentially occur outside of CONUS when such work is assigned to the Corps of Engineers.� Instrumentation services, including integration of automated data acquisitions systems (ADAS), are required for Flood Control Dams and Levees for civil works and limited military support projects assigned to or by the Dam Safety Modification Mandatory Center of Expertise (DSMC).� The contract will also provide capacity within the USACE when capacity is requested for flood control instrumentation ADAS assistance through the Dam Safety Modification Mandatory Center of Expertise.� One indefinite delivery contract will be negotiated and awarded with a base of one year and four option years.� The amount of the contract will not exceed $20,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders.� The contract is anticipated to be awarded in September of 2024.� This announcement is open to all businesses regardless of size. Large businesses must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. �The subcontracting plan is only required by the most highly qualified A-E and is not part of the submittal for this synopsis. �A USACE approved Quality Control Plan will be required at the time of award.� Each task order with site work will require a Site-Specific Safety and Health Plan in accordance with the USACE Engineering Manual (EM) 385-1-1; each task order will require a project specific QC plan.� To be eligible for contract award, an A-E must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. 2.� PROJECT INFORMATION:� The A-E services to be provided under this contract will be to design and install complex instrumentation systems integrating complex manual and automated data acquisition systems (ADAS), and to troubleshoot and/or rehabilitate existing instrumentation ADAS for critical flood control infrastructure projects (e.g., flood damage reduction dams and levees) including projects that present potentially high risk of life loss and/or property damage. The work required of this contract will support the USACE mission to plan, evaluate, design, construct, modify, operate, and control reservoirs and dams and other flood damage reduction projects. �Integration with the USACE MIDAS system is required and moving of data from WinIDP to other formats may be necessary. �The A-E will be required to provide the appropriate personnel, materials, equipment, management, quality, and cost controls to perform the work outlined in the contract and individual Task Orders.� Installation work may also require subsurface geotechnical investigation as part of installation of instrumentation; therefore, the A-E must plan for soil and rock drilling, sampling, recovery, and temporary storage as part of the work.� All work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards, and practices and other professional practices and standards as necessitated by project conditions or task order requirement.� 3.� SELECTION CRITERIA:� The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-D are primary. Criteria E and F are secondary and will only be used as a �tie-breaker� among A-Es that are essentially technically equal.� (A) Specialized Experience and Technical Competence:� As listed below in descending order of importance, A-Es must demonstrate direct specialized experience, technical competence, and availability of both staff and equipment to design, install, monitor, host, evaluate, manage associated data, and otherwise accomplish the defined work for complex instrumentation systems with automated data acquisition systems: A-Es shall demonstrate their level of first-hand experience designing, maintaining, upgrading, hosting, integrating, rehabilitating, and troubleshooting complex instrumentation systems with automated data acquisition systems (ADAS) for monitoring all aspects of natural and engineered features of critical Flood Control USACE infrastructure (e.g., dams and levees, etc., within the USACE mission) during all operational conditions. �A-Es shall specifically document their level of experience in the work described above as applied to high-risk dams, including early warning systems for use during construction of modifications, etc. A-Es shall demonstrate their level of experience with all facets of installation and assembly of instruments and ADAS for complex high-risk dams, etc., as noted above. A-Es shall demonstrate their level of experience with management, presentation, and evaluation of complex instrumentation data for purposes of risk management during both normal and emergency operations.� A-Es shall demonstrate their level of experience with providing ready access to near and real-time data from complex instrumentation ADAS to USACE staff at any location prescribed by USACE. A-Es shall demonstrate their experience with working with USACE cyber security and firewall systems. A-Es shall demonstrate their experience with instrumentation software, programming of data analysis and reporting software and applications. A-Es must demonstrate their level of experience with managing automated instrumentation data, including the automated posting of data from a datalogger or python script to the MIDAS API. A-Es must demonstrate the use of Safety Engineering in its designs reducing risk related to installation of new equipment and monitoring activities of installed equipment. (B) Professional Qualifications:�� The evaluation of professional qualifications will primarily consider relevant experience with the key requirements of this contract, i.e., designing, installing, maintaining, upgrading, integrating, rehabilitating, troubleshooting, evaluating, hosting, and managing data for complex instrumentation systems with ADAS.� �Advanced specific work experience, training, publications, and pertinent certifications focused on the subject work will best demonstrate qualifications for this contract.� Education, professional registrations / licenses, certifications from commercial organizations, and longevity with the A-E will also be considered.� The A-E shall demonstrate the necessary staff which should to minimally include the job descriptions below, listed in descending order of importance to the technically critical work of this contract. The roles of all staff proposed for work on this contract shall be clearly indicated on each resume, and staff member�s specific contributions to the example projects (the A-E selects to highlight in SF 330, Part I, Section F) shall be primarily discussed in the resumes.� �A-Es shall also identify a single point of contact for this contract, an organization chart of all proposed staff, and a complete list of all subcontractors proposed including a discussion of how they will be used. � Program Manager:� Shall have one (1) senior level registered professional engineer which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically and primarily focused on development of complex Instrumentation ADAS work for critical infrastructure as described in Specialized Experience and Technical Competence above.� This person will be responsible for overall management of the contract, and quality control of all deliverables.� The A-E shall specifically discuss why the submitted person qualifies for this role. Lead Instrumentation Program Designer/Advisor(s).� Senior level registered professional(s) which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically and primarily focused on complex Instrumentation ADAS work for critical infrastructure as described in Specialized Experience and Technical Competence above.� This person(s) will be responsible for designing or advising USACE on the design of highly complex instrumentation ADAS to be installed to monitor all technical aspects of critical infrastructure as described above.� This specialist must have a strong understanding of:� engineering geology and geomorphology as they relate to critical USACE infrastructure; key geotechnical design aspects of embankment structures and key structural design aspects of concrete structures; potential failure mechanisms of critical infrastructure (e.g., slope deformation, seepage and internal erosion, etc., associated with embankments; and sliding, overturning, etc., associated with concrete gravity structures); and must have significant experience integrating this knowledge and experience into the implementation of highly complex instrumentation ADAS programs for critical infrastructure.� The A-E shall specifically discuss why the submitted person(s) qualifies for this role. ADAS Specialist(s): Should have a minimum of fifteen (15) years of professional experience of which ten (10) years are primarily and specifically focused on critical infrastructure as described in Specialized Experience and Technical Competence above.� Candidate(s) shall be a registered professional engineer. The A-E shall specifically discuss why the submitted person(s) qualifies for this role. ADAS Programming Specialist(s): Should have a minimum of fifteen (15) years of professional experience of which ten (10) years are primarily and specifically focused on critical infrastructure as described in Specialized Experience and Technical Competence above. Data Management Specialist(s): Should have a minimum of ten (10) years of professional experience of which five (5) years are primarily and specifically focused on critical infrastructure as described in Specialized Experience and Technical Competence above. Programmer(s): Should have a minimum of ten (10) years of professional experience of which five (5) years are primarily and specifically focused on critical infrastructure as described in Specialized Experience and Technical Competence above.� Electrical Engineer(s): Shall be a registered professional engineer which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are primarily and specifically focused on Instrumentation ADAS for critical infrastructure as described in Specialized Experience and Technical Competence above.� Geotechnical Engineer(s): Shall be a registered professional engineer which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to design and modification of critical infrastructure as described in Specialized Experience and Technical Competence above.� All registered professional geotechnical engineers who will be tasked with overseeing drilling operations for dams and levees must be experienced with and meet the requirements of USACE Engineering Regulation 1110-2-1807, DRILLING IN EARTH EMBANKMENT DAMS AND LEVEES. Geologist(s): Shall be a registered professional geologist which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to geological input to the design and modification of critical infrastructure as described in Specialized Experience and Technical Competence above, including development of instrumentation ADAS.� All registered professional geologists who will be tasked with overseeing drilling operations for dams and levees must be experienced with and meet the requirements of USACE Engineering Regulation 1110-2-1807, DRILLING IN EARTH EMBANKMENT DAMS AND LEVEES. Structural Engineer(s): Shall be a registered professional engineer which should have a minimum of fifteen (15) years of professional experience of which ten (10) years are specifically related to design and modification of critical infrastructure as described in Specialized Experience and Technical Competence above. Project Engineer(s): Shall be a registered professional engineer(s) which should have a minimum of ten (10) years of professional experience of which five (5) years are specifically related to leading technical efforts on design and modification of critical infrastructure as described in Specialized Experience and Technical Competence above, including development of instrumentation ADAS.� Candidate shall have a minimum education level of M.S. in Engineering with a focus on geotechnical or structural engineering as related to dam and levee safety. Technician(s): Should have a minimum of ten (10) years of professional experience of which five (5) years are specifically related to supporting the design and modification of critical infrastructure as described in Specialized Experience and Technical Competence above, including development of instrumentation ADAS. Quality Control Manager:� Should have a minimum of fifteen (15) years of professional experience related to ensuring consistent high quality of design, documentation, installation, maintenance, rehabilitation, evaluation, hosting, and managing data for complex instrumentation systems with ADAS.� �(C)� Capacity: Capacity of the A-E to perform as much as $5,000,000.00 in work per annum in a satisfactory and efficient manner.� The evaluation will consider the firm�s ability to provide required personnel and equipment to meet the requirements above and the availability of an adequate number of persons in key disciplines.� A-Es shall demonstrate their ability to provide project management for complex work; comprehensive technical support; ability to provide necessary personnel and equipment for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule.� A-Es must also submit a list of all significant equipment and software intended to be used on this contract.� (D)� Past Performance:� 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 Contractor Performance Assessment Reporting System (CPARS) and other sources.� The CPARS is the primary source of information on past performance. Verifiable, documented evaluations from sources outside CPARS may be considered, but the government is not required to seek other information on the past performance of an A-E if none is available from CPARS.� � (E) SB and SDB Participation:� The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner. (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 and Small Disadvantaged Business. 4. SUBMISSION REQUIREMENTS:� Offerors shall submit SF330 Part I and SF330 Part 2 electronically through the PIEE Solicitation Module at www.piee.eb.mil and reference the solicitation number of W9123724R0001.� SF330s shall be a minimum 12-point font except where mandated fillable forms require smaller fonts.� No paper copies, CD, DVD, thumb drives, email, or facsimile will be accepted.� To be eligible for award, a firm must be registered in System for Award Management (SAM).� Register via the SAM internet site at www.sam.gov.� Solicitation packages are not provided and no additional project information will be given to A-Es during the announcement period.� This is not a request for proposal.� The Contract Specialist responsible for this procurement is Amy L. Davis (amy.l.davis@usace.army.mil).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f3b5d1bd5ca434ea6373953d20f90a2/view)
 
Place of Performance
Address: Huntington, WV, USA
Country: USA
 
Record
SN07113445-F 20240703/240701230106 (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.