Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

C -- Architect/Engineer (A-E) staffing to provide comprehensive technical support for the dam safety program and other USFWS programs

Notice Date
3/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
 
ZIP Code
22203
 
Solicitation Number
98210AR005
 
Response Due
3/30/2010
 
Archive Date
3/1/2011
 
Point of Contact
Alina Sadoveanu Contract Specialist/Team Lead 7033582172 alina_sadoveanu@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: General: This proposed contract is for Architect/Engineer (A-E) staffing to provide comprehensive technical support for the dam safety program which will be procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.601. The Contractor shall furnish any or all Safety Evaluation of Existing Dams (SEED) Inspections, Pre-Title I, Title II, Title III, and National Environmental Policy Act (NEPA) for projects at various locations throughout the United States. Typical projects may include new dams, rehabilitation/reconstruction/modification of existing dams, other hydraulic structures, their appurtenant facilities (such as spillways, outlet works, gates, etc.), and associated work. Typical task orders may include, but are not limited to inspections; analysis; design; preparation of drawings, specifications, and other construction documents; field investigations; stability studies; hydraulic and hydrologic studies; biological and cultural studies, documentation, construction supervision, and consultation; and Clean Water Act certification and permitting. This announcement is open to businesses regardless of size. Contract Award Procedure: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work intents to be subcontract. The subcontracting goals for the Fish and Wildlife Service (FWS) will be considered in the negotiation of the acquisition are: (1) at lease 55% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 5% of a contractors intended subcontract amount be place with small disadvantaged businesses (SDB); (3) at least 5% of a contractors intended subcontract amount be placed with woman-owned SB (WOSB); (4) at least.3% of a contractors intended subcontract amount placed with service-disabled veteran-owned SDVOSB; (5) at least 3% of a contractors intended subcontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal if a large firm is selected for negotiations. The prime A/E may rely on the written representation (self certification) of subcontracting regarding small disadvantaged business status. The anticipated contract award will be on or about June, 2010. Two Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts will be awarded from this announcement for a guaranteed amount of $20,000.00 as the minimum amount for the base year with a Estimated Maximum per contract year of $4,000,000.00 per IDIQ. There will be a base period of one year with four option years. MISSION STATEMENT The U.S. Fish and Wildlife Service Coordination Act of 1934 established the statutory authority for FWS to operate facilities associated with fish and wildlife conservation. Under this authority and several later statutes and executive orders, the FWS operates hydraulic structures that have been designed and constructed internally; acquired through purchase, use, and control; acquired through certain agreements; or use and control; acquired through certain agreements; or use and control acquired through the Federal Aid program. Presently, there are approximately 233 concrete and earthen structures classified as dams which are the responsibility of the FWS at various locations throughout the United States. These dams, other hydraulic structures, and their appurtenant facilities are operated to promote conservation and enhancement of the fish and wildlife resource. OBJECTIVE/CONTRACT The objective of this contract is to provide comprehensive technical support for the dam safety program and for other water resource related responsibilities of the U.S. Fish and Wildlife Service (FWS). The services required under this contract could include any or all of the activities associated with inspection, engineering analyses, planning, design, construction supervision, repair, modification, new construction, and reconstruction of dams, other hydraulic structures, their appurtenant facilities, and associated work. The contract is for Architect/Engineer (A/E) Safety Evaluation of Existing Dams (SEED) Inspections which will be procured in accordance with PL-582 (Brooks A/E Act) and Far Part 36.601. Funded projects, that are the responsibility of DEN and are not performed by in-house staff, will be accomplished through individual task orders, issued under this basic contract. Firm fixed price task orders will include specific statements of work and be negotiated as individual projects. NAICS Code 541330 Engineering Services SB size $4.5M. Offerors shall not reference material outside the proposals submitted or the SF330 and shall not exceed the page limit of 5 pages per criterion with a total of 20. An additional 10 pages maximum is allowed for the SF 330 totaling 30 pages overall. Failure to comply with the page limit could eliminate Offerors from any further consideration by the Government. A sample of a SF 330 can be found on line at GSA Forms. TECHNICAL CAPABILITY CRITERIAU.S. FISH & WILDLIFE SERVICE (USFWS) - DAM SAFETY OFFICEINDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT (IMPORTANCE IN DECENDING ORDER)(FIRMS REPSONSE ARE RESTRICTED TO 5 PAGES PER CRITERIA ONE SIDE ONLY [20 TOTAL PAGES], FONT-TIMES NEW ROMAN, FONT STYLE-REGULAR, SIZE 12) The evaluators will use the information provided in the SF330 to grade any of the four criteria. 1 Demonstrate specialized experience, technical competence and professional registration of project personnel for a national dam safety program that is similar to the U.S. Fish & Wildlife Service (Note USFWS dam program description below), and as described in the "Statement of Work" of this solicitation (Experience shall be within the last 10 years). 2 Demonstrate the firm's past performance on dam safety projects that include Safety Evaluation of Existing Dams (SEED Inspection) and Title-II services, including the use of risk analyses and/or potential failure mode analyses, for a national dam safety program that is similar to the U.S Fish & Wildlife Service (Note USFWS dam program description below), as described in the "Statement of Work" of this solicitation (Experience shall be within the last 10 years). 3 Demonstrate the firm's past performance on dam safety projects that include performing Emergency Action Plan (EAP) exercises for dams, Pre-Title I, Title-I, and Title-III services for a national dam safety program that is similar to the U.S Fish & Wildlife Service (Note USFWS dam program description below), as described in the "Statement of Work" of this solicitation (Experience shall be within the last 10 years). 4 Demonstrate adequacy of resources and priority and commitment of the firm and proposed subcontractors to perform work as described in the "Statement of Work" of this solicitation in the 50 states. Generalized USFWS Dam Program (Reference FWS Manual 361 FW 2 / http://www.fws.gov/policy/361fw2.html):USFWS dam inventory has approximately 35 high & significant hazard dams and approximately 198 low hazard dams and are located across the U.S. USFWS dam inventory includes but not limited to the following types of dams; zoned and homogenous earth embankment dams, gravity and arched concrete dams, and roller compacted concrete dams. USFWS Dams height ranges 6' to 103' and the normal reservoir storage capacity ranges from 15 to 109,000 acre-feet. EVALUATION CRITERIA GRADING METHOD Outstanding: Greatly exceeds the minimum performance or capability requirements in a way beneficial to the Government. There is no significant weakness. Those aspects of a factor or sub-factor resulting in an "Outstanding" rating may be incorporated into the resulting factor.Excellent: Exceeds the minimum performance or capability requirements in a way beneficial to the Government. There are no significant weaknesses. Those aspects of a factor or sub-factor resulting in an "Excellent" rating may be incorporated into the resulting factor.Acceptable: Meets the minimum performance or capability requirements. There may be minor but correctable weaknesses.Marginal: May meet the performance or capability requirements. There are apparent or moderate weaknesses that are correctable. Unacceptable; Fails to meet the performance or capability requirements. There are unacceptable weaknesses. Once the technical evaluation board concluded grading the four criteria using the adjectives above, firms will be ranked from most technically qualified to least technically qualified. To ensure the descending order of importance of the four criteria is executed consistently, the technical evaluation board will assign numerical value to each adjective as such:Criteria 1 is 8 points x the rating factor assigned depending on the adjective; Criteria 2 is 6 points; Criteria 3 is 4 points and Criteria 4 is 2 points. Criteria 1: 8 (Points) x Rating Factor = _______ Generalized USFWS Dam Program (Reference FWS Manual Rating Factors (1 to 5): ____(5) Outstanding: Greatly exceeds the minimum performance or capability requirements in a way beneficial to the Government. There is no significant weakness. Those aspects of a factor or sub-factor resulting in an "Outstanding" rating may be incorporated into the resulting factor.____(4) Excellent: Exceeds the minimum performance or capability requirements in a way beneficial to the Government. There are no significant weaknesses. Those aspects of a factor or sub-factor resulting in an "Excellent" rating may be incorporated into the resulting factor.____(3) Acceptable: Meets the minimum performance or capability requirements. There may be minor but correctable weaknesses.____(2) Marginal: May meet the performance or capability requirements. There are apparent or moderate weaknesses that are correctable. ___(1) Unacceptable; Fails to meet the performance or capability requirements. There are unacceptable weaknesses. Once the ranking is complete, USFWS will contact a group of most qualified companies and schedule an interview. The interview will be graded using the same approach and criteria as the technical solicitation. After the interview the technical evaluation board will revise the final rankings of the firms and begin negotiations one company at a time until the solicitation results in two IDIQs. Within five days of this synopsis, USFWS will post the grading sheets to be used to grade the SF330s and criteria, and the statement of work. Any questions about this project may be submitted in writing to Alina_Sadoveanu@fws.gov no later than March 10, 2010. Answers will be posted via an amendment on or around March 15, 2010. All Offerors are required to submit their response to this solicitation by 2:00 PM EST March 30, 2010 by mailing the technical offer to 4401 N Fairfax Dr, Suite 7118-43 Arlington, VA 22203-1610. No faxed or e-mailed proposals will be accepted. Solicitation point of contact is Alina Sadoveanu at 703-358-2172 or Alina_Sadoveanu@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/98210AR005/listing.html)
 
Place of Performance
Address: Nationwide
Zip Code: 222031610
 
Record
SN02078749-W 20100303/100301234344-8ee1fffd9e54147c0184bdaecdd69f7d (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.