Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

C -- Indefinite Delivery AE Contract for Multidisciplinary Services for SWF and SWD, U.S. Army Corps of Engineers

Notice Date
7/18/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0210
 
Response Due
8/20/2008
 
Archive Date
10/19/2008
 
Point of Contact
Karen R. Smith, 817-886-1058
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: a. General: This contract is for Multidisciplinary Services for SWF and SWD, U.S. Army Corps of Engineers in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Services are required for engineering, design, and related services to potentially include but not limited to any or all of the following: Engineering Analyses and Design; Corps of Engineers Civil Works & Water Resource Planning; Hydrology and Hydraulic modeling, CADD/GIS/Mapping Services; Surveys; Cultural Resources Investigations; Environmental Studies; Geotechnical Investigations; Stream Restoration Studies; Aquifer Recharge; and Independent Technical Review. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is Small Business Set-Aside (SBSA). This acquisition is subject to the Vietnam Era Veteran's Readjustment Assistance Act of 1972 and the Veterans Employment Opportunities Act of 1998. Any contractor awarded a contract under this solicitation will be required to submit a current VETS 100 Report. EVALUATION PREFERENCE USING CASCADING APPROACH. The Government plans to use the cascading approach on this requirement. The requirement is offered to all qualified concerns and proposals will be considered using a cascading order of preference. Each tier will be evaluated using the procedures outlined below. A determination that no firms are highly qualified will be made before the next tier is evaluated. First Tier. It is the intent of the Government to award a contract to an eligible small business firm provided that three highly qualified firms submit SF 330's and award can be made at a fair market price. Last Tier. If circumstances do not permit award to any small business firms, the Government intends to award to a large business concern provided that three highly qualified firms submit a SF 330 and award can be made at a fair and reasonable price. Anticipated award will be on or about Oct 2008. One IDC contract will be awarded from this announcement for a cumulative amount $2,500,000, with a Minimum Guarantee amount of $5,000.00 for a term not to exceed five years. This is considered part of a multiple award along with Solicitation No. W9126G-08-R-0211. If more than one contract is awarded under any of these announcements, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. In the event this contract is used to develop design-build supporting documents for use in a two-phase design-build selection (FAR 36.302), the prime A-E and sub-consultants shall be prohibited from teaming with design-build firms to compete in the final design-build construction solicitation in accordance with FAR 9.505-2. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all services, materials, supplies and supervision required to fully complete each task order. The A-E shall be able to provide: a) development of full design packages and Request for Proposal (RFP) packages for design-build of multiple facility types; b) design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines; c) construction management services; d) cost estimating, cost control, scheduling, and construction simulation services (risk scenarios, change order analysis, alternative methods), e) design, drafting, and planning services for renovation, demolition and alterations to existing facilities. The A-E should expect to become a significant part of the governments USACE Program delivery team. c. Contract Award Procedure: Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE-LEVEL certifications shall be accepted. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. d. Place of Performance: Projects are anticipated to be primarily, but not limited to, those in the Civil Works Program executed within the Southwestern Division. 2. PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of the contracts awarded under this announcement will be considered, if A-E services are to be utilized. The work may involve: a. Engineering Analyses and Design- Hydrologic, Hydraulic, Geotechnical, Groundwater, Civil, Structural, and Cost Estimating; b. Corps of Engineers Civil Works & Water Resource Planning - Plan Formulation, Socio- Economic Impacts, Economic Cost-Benefit Analyses, and Management and execution of feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control; c. CADD/GIS - CADD and Geographic Information Systems (GIS) services; d. Surveying and Mapping Planimetric, topographic, and photogrammetric, aerial surveys, vertical and horizontal controls, digitally formatted data processing, cross-sections, boundary surveys, construction layout, and G.P.S. surveys; e. Mapping Services - Topographic mapping, and aerial photography to include stereo photogrammetric and LiDAR; f. Environmental Studies - Conduct environmental studies and planning efforts including but not limited to: forestry, biological/ecological analyses, geology, soils, outdoor recreation planning, records searches, oversight of field operations, community relations, public scoping meetings, Work Plans, Health and Site Safety Plans, Sampling and Analysis Plans, detailed project schedules, storm water pollution prevention studies, habitat assessments and mitigation plans; conduct environmental assessments and Environmental Impact Statements in compliance with NEPA and other environmental laws and regulations environmental studies/plans, including Phase I and/or Phase II Environmental Site Assessments, to gain environmental compliance with laws and regulations; support for Corps of Engineers coordination with Federal, State and Local regulatory agencies, and other related deliverables; g. Independent Technical Review - Perform technical review of multi-disciplinary projects/studies performed by others; h. Cultural Resources Studies Site identification surveys, evaluation of site eligibility for the National Register of Historic Places (NRHP) and i. Perform design services to include plans, specifications and cost estimates for Civil Works and work for other government agencies. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a thru e are primary. Criteria f thru h are secondary and will only be used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330: (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in Corps of Engineers Civil Works water resources project planning and design within the geographic boundaries of the Southwestern Division, U.S. Army Corps of Engineers. (2) Hydrology Demonstrate the ability to develop hydrologic models using software packages such as HEC-1, HEC-HMS, and HEC-GeoHMS, (3) Hydraulics Demonstrate ability to develop hydraulic models using but not limited to HEC-2, HEC-RAS, HEC-GeoRAS software packages (4) Planning and Project Management Demonstrate the following: (i) Familiarity and recent experience with Corps of Engineers Civil Works Planning Process and Regulations; (ii) Ability to prepare required documents for feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control; (iii) Ability to communicate orally (monthly meetings) and in written formats (bi-weekly project status updates); and (iv) Ability to plan, prepare, and conduct Public Meetings, workshops and charrettes.. (4) Civil Engineering Design Demonstrate the following: (i) Recent experience and significant experience in Civil Design plans and specifications; and (ii) Civil engineering designs developed using GEOPAKTM or InRoadsTM software packages and delivered in MicrostationTM CAD (5) GIS and Mapping Demonstrate the following: (i) Experience in developing digital topographic mapping using state of the art aerial photography as a base; (ii) Experience in traditional ground surveying capabilities performed by a Texas registered professional land surveyor; (iii) Ability deliver mapping data in ArcInfo/ArcView format and/or A/E/C standards; (7) Environmental Analyses Demonstrate the following: (i) Ability to conduct and develop NEPA compliant Environmental Impact Statements (EIS), Environmental Assessments, and Biological Assessments; and (ii) Capability to perform all environmental studies related to a Civil Works Feasibility Study Planning including but not limited to: biological/ecological/forestry surveys, Phase I and/or Phase II environmental site assessments (ESA) per ASTM E 1527-00, (8) Environmental Planning Demonstrate the following: (i) Capability to perform Cost Effectiveness and Incremental Cost Analysis for ecosystem restoration analyses on Corps of Engineers Civil Works Planning studies using IWR-Plan Software. (ii) Capability to perform environmental data gathering, analyses, HEP determinations, mitigation planning and EIS preparation. (9) Cultural Resources Demonstrate the following: Ability to perform all cultural resources activities associated with Section 106 of the National Historic Preservation Act and its implementing regulation. (11) Geotechnical Design, Investigation and Analysis - The A-E firm will be required to demonstrate proficiency in the following areas and shall have a working knowledge of all related Corps Engineering and Design standards: (i) Subsurface Exploration; (ii) Inspection of Subsurface Explorations; (iii) Laboratory Testing; (iv) Static & Dynamic Stability Analyses; (v) Seepage Analyses; (vi) Geotechnical Reports; (13) Technical Review Demonstrate the capability to conduct independent technical review of planning and technical design documents for adherence to established professional principles, practices, codes, criteria, laws and policy. (b) PROFESSIONAL CAPABILITIES: This contract will require for the A-E (either in-house or through consultant) as a minimum, the following (in descending order of importance): (1) Civil, Structural, Cost, Geotechnical, and Hydrologic and Hydraulic Engineers responsible for technical products must be registered. (2) Landscape Architects and Surveyors must be registered in the State of Texas. (3) Archeologists, (4) Other discipline areas required: Program Management, Project Management, Geology, Biological Sciences, CADD, GIS. Submitting firms should demonstrate the education, training, registration/certification, overall and relevant experience, publications, awards, and longevity with the firm of key management and technical personnel. Ensure that one page resumes are provided for each of the personnel proposed for each discipline. Repeat Resume page as needed to provide all required resumes. Additionally, key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. (c) CAPACITY: Firms must demonstrate adequate team capacity and project management for complex work, ability to initiate, manage and complete three large (greater than $100,000) concurrent task orders and ability to meet unforeseen schedule changes. (d) KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity within the Civil Works boundaries of the Southwestern Division, US Army Corps of Engineers. (e) Demonstrate past performance with respect to cost control, quality assurance, and compliance with performance schedules. The following, items (f) through (h), are secondary criteria: (f) SB & SDB PARTICIPATION: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (g) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). (h) In Section H, Part I, SF330, include a brief presentation of internal controls and procedures that firms use to insure that a quality design is produced. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Mrs. Karen Smith, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit twotwo copies of an SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:00 p.m. of the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime and each subcontractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific detailed design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 month3 yearss) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Mrs. Karen Smith (817) 886-1058, Technical - Mr. Tom Vogt, (817) 886-1378 or Mr. Ed Foo (817) 886-1375. E-mail your questions to US Army Engineer District, Fort Worth at karen.r.smith@usace.army.mil. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c813dfd1c122518b411f4f31a62326c5&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01617770-W 20080720/080718221231-c813dfd1c122518b411f4f31a62326c5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.