Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOLICITATION NOTICE

C -- Indefinite Delivery Type Architect-Engineer Contract for Multi-Disciplined Engineering and Design Services

Notice Date
10/15/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N11R0001
 
Response Due
11/16/2010
 
Archive Date
1/15/2011
 
Point of Contact
Barbara White, 503-808-4621
 
E-Mail Address
USACE District, Portland
(barbara.a.white@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
1. GENERAL. The U.S. Army Corps of Engineers (USACE), Portland District (CENWP), proposes to contract for multi-disciplined engineering and design services. Up to three (3) Large Businesses (LB) not to exceed $10 million for the life of each contract (consisting of a base year, with 4 option periods), and up to one (1) small business (SB) contract, not to exceed $7.5 million for the life of the contract (consisting of a base period and up to 4 option periods) shall be awarded as single award task order contracts under this solicitation. Option periods may be exercised at the discretion of the Government before expiration of the previous period. The maximum for each task order will not exceed the annual contract amount. The contracts shall be awarded in approximately 2-month intervals, with the first contract to be awarded to a LB, with an anticipated award occurring in March 2011, and the second contract to be awarded to a SB. Large businesses selected for this contract must comply with FAR 52.219-9. Subcontracting goals for this contract are a minimum of 70.0% of the proposed subcontracting amount be placed with small businesses, including small disadvantaged business (SDB) 6.2%; 7.0% be placed with small women-owned businesses; 9.8% be placed with HUBZone small businesses; 3.5% be placed with Veteran Owned small businesses; and 2.0% be placed with Service Disabled Veteran Owned small businesses. Work under this contract shall be subject to satisfactory negotiation of individual task orders. Task orders will be offered to contractors not upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The Government will strive to have balanced awards on a semi-annual basis as long as all contractors demonstrate satisfactory performance. Services with an anticipated cost under the simplified acquisition threshold will be considered for award to the SB firm first. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the CCR Help Line at 1-888-227-2423. Personnel provided for these contracts must be experienced in disciplines which would enable performance on a wide variety of projects. Specifically required will be project managers/technical managers; civil, coastal, electrical, environmental, geotechnical, fisheries, hydraulic, hydrologic, mechanical, and structural engineers; physical scientists; architects, landscape architects, and naval architects; geologists, engineering geologists, geophysicists, and geomorphologists; aquatic, fisheries and wildlife biologists; civil engineering technicians, CADD operators, construction cost estimators, VE facilitators, land surveyors, and specification writers, as well as appropriate support personnel. It is anticipated that the majority of the work will be in the structural, mechanical, electrical, civil, hydraulic, biological and fisheries disciplines. 2. TYPICAL SERVICES. Typical services to be provided would include engineering and design such as: a. Structural. Engineering, design and preparation of plans and specifications for civil work structures and complex structural steel items (gates, bulkheads, stoplogs and prototype equipment); design and analysis of concrete dams, powerhouses, spillways and stilling basins; reservoir outlet works (intake structures, tunnels, conduits, energy dissipaters); bridges, pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses; and fish passage, collection, and monitoring structures and facilities. Expertise with special analytical codes, seismic design and coating systems will be required. Structural analyses and inspection of unique civil works features, such as hydraulic steel structures, bridges, tunnels and other project appurtenant features is anticipated. Ability to provide expertise, inspection and forensics in areas of concrete and steel materials. b. Mechanical. Engineering, design and preparation of plans and specifications for cranes, hoists, and other mechanical design items; HVAC systems; piping, plumbing, and sewage systems; gating (high head and other); operators (motors, gearing and wheels); hydraulic and air systems; water supply, pumps and screening systems related to civil works and fish passage systems. c. Electrical. Engineering, design, and preparation of plans and specifications of low and medium voltage power distribution and switchgear; motor controls, motor control centers, and variable speed drives; arc flash hazard analysis, calculations and labeling; instrumentation, PLC, and SCADA system design (hardware and software); security and CCTV systems; short circuit calculations, load studies, and device coordination studies using SKM software; and interior and exterior lighting. Demonstrated experience shall be related to industrial facilities, manufacturing facilities, pumping plants, public and/or civil works projects at hydroelectric facilities and/or multi-purpose civil works projects and shall represent work performed by proposed staff. Do not include work for commercial facilities. d. Civil. Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearing and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine and campground type recreation facilities, levees, river bank protection, and land surveying. e. Hydraulic. Analyses and design for high head dam regulating outlet facilities, spillways and stilling basins, outlet valves and gates, existing and new adult and juvenile migrant fish facilities, navigation channels and facilities. On-site investigation and analysis for water resource projects; graphic visual idealization (fishery behavior); computational fluid dynamic modeling including one-, two- and three-dimensional numerical modeling for steady and unsteady flow including temperature and water quality parameters and capability with data archiving of results for later use; hydraulic physical modeling capability; and prototype testing. Expertise with fisheries design and criteria. River hydraulic analyses, models and studies to determine water surface profiles, floodplain delineation, sediment transport and hydraulics of bridges, culverts, weirs and other physical impediments to river flow. f. Hydrologic and Water Quality. For meteorologic parameters and water quantity and quality parameters, sediment quantity and quality data collection; equipment selection, deployment, and maintenance; field investigations; laboratory physical and chemical analyses; DATA QA/QC, statistical evaluations and analyses. Water quality (e.g., temperature, dissolved gas, etc) modeling, reservoir system analysis and modeling. Development and execution of in-situ sampling for water and sediment physical and chemical attributes. Hydrologic analyses, models and studies for water quality, flood control, drainage management and ecosystem restoration, including frequency analysis. g. Fisheries Engineering. Design of fish collection, monitoring, sampling, protection and passage systems utilizing expert knowledge of fish behavior and criteria related to fisheries design. Fisheries engineers are defined as engineers from various disciplines with training and experience with design of fish facilities, and knowledge of fish behavior and criteria related to fisheries design. h. Geotechnical. Geologic and soils mapping; soils engineering; engineering geology; insitu material testing; surface and subsurface soil and rock sampling for lab testing; instrumentation plans and design for the installation, monitoring, and analysis of a variety of civil works structures including, but not limited to, embankment dams, concrete dams, powerhouses, marine structures, and foundations in soils and rock; groundwater investigation; slope stability studies; shallow and deep foundation explorations; investigations and designs; excavation and embankment design; slope protection and retaining structures; underground openings including tunnels in soils and rock; water well investigations; seismic analyses; and geotechnical reports and specification writing. i. Coast, Rivers and Harbors Engineering. Engineering design, analyses and preparation of studies and design documents for breakwaters, jetties, groins, navigation channels, mooring structures, small boat basins, river training structures and anchorage. Data collection and analyses of tide stages, wave height, length and direction, beach erosion, river current velocities and directions, littoral currents and littoral drift, salinities, sedimentation and upland discharges. Preparation of tidal hydraulic models. j. Naval Architect. Engineering, design, analyses and preparation of design documents for water structures including, but not limited to, docks, marine structures, floating guidewalls, floating plants and fish facilities, fish guiding devices, anchorages, ocean and river transportation, floating bridges, and other similar water related structures. k. Environmental. Preliminary assessment site surveys to evaluate potential contamination from hazardous substances due to past activities, investigation of potential sites identified in survey, preliminary assessment reports of findings of investigation, and identification of potential environmental disposal issues associated with rehabilitation work or maintenance dredged material disposal. l. Construction Cost Estimating. Preparation of cost estimate from design start through project completion by a certified cost engineer using the latest approved MCACES software and industry accepted scheduling software. Receiving and adhering to Government approval of the Civil Works Breakdown Structure in the early state of estimate development; and maintaining and conducting an internal quality control/quality assurance program addressing cost, schedule, and cost schedule risk analysis as contractually applicable. A sample cost estimate prepared by the proposed cost estimator shall be submitted for evaluation. The sample estimate provided should include crew designations; output; backup for crews, labor and equipment; materials and subcontractor quotes; and details on mobilization/demobilization and job office overhead. A matrix of bid opening results versus owner estimates (prepared by the proposed cost estimator) shall be submitted for evaluation. m. Value Engineering. Provide a VE study team leader (facilitator) and team members experienced in Value Engineering Methodology. The facilitator shall be a Certified Value Specialist in accordance with the requirements of SAVE International (previously known as the Society of American Value Engineers). n. Biological. Preparing or contributing to the preparation of fish and wildlife studies and other documents related to fisheries design for fish passage facilities and Endangered Species Act issues. In-situ sampling for algae and micro-organisms; testing and evaluation; algae concentration and toxicity evaluation; laboratory physical and chemical analyses. o. Dam and Levee Safety Engineering and Investigation. Including inspections, risk assessments, potential failure mode analyses, interim risk reduction measures (IRRM), fragility curves, utilization of risk based tools and models to support risk-informed decisions. p. Other. Also required would be the capability and expertise associated with: "Architectural design of project buildings and features; "Landscape architectural design including irrigation features; "Preparation of plans and specifications, engineering studies, technical reports, design analysis, preparation of detailed quantity take-offs; " CADD, GIS and BIM (Building Information Management) capability; "Engineering during construction; 3. CAD COMPLIANCE. The selected(s) must use Computer Aided Design (CAD) software to develop project designs and deliverables. Submitted CAD drawings (e.g., plans, elevations, sections, schedules, details, etc.) shall be derived (commonly known as extractions, views or sheets) and maintained from the submitted design model(s). The deliverable 3D design model shall be developed to include all systems (e.g., civil, architectural, structural, mechanical, structural, etc.) as they would be built and to reflect as-built conditions. All CAD files used for the creation of the CAD Drawings shall be delivered in electronic format to the Government and shall be fully interoperable, compatible, and editable with the Bentley Microstation software. The CAD files may be submitted in other design software formats if pre-approval has been obtained from the Portland District CADD Manager. All drawings and models shall adhere to the current A/E/C CAD standards. A copy of the current standards and other supporting documents are available for download at www.nwp.usace.army.mil/ec/gds.asp. All questions regarding standards compliance may be directed to the CADD Manager at (503) 808-4825 or (503) 808-4857, or by email at CADD-System@usace.army.mil. 4. GEOGRAPHIC INFORMATION SYSTEM (GIS) COMPLIANCE. The selected firm must be able to produce GIS data that meets USACE mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). A free copy of this software is available at the USACE CADD/GIS Technology Center website. These GIS files must be fully compatible with the CENWP Enterprise GIS (EGIS) system which utilizes Environmental Systems Research Institute (ESRI) Geodatabase format. All geospatial data must also be documented through the preparation of standard metadata (data about data) descriptions. The Contractor shall ensure that the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard Content Standard for Digital Geospatial Metadata, FGDC-STP-001-1998. A free copy of this standard is available at http://www.fgdc/gov/standards/documents/standards/metadata/v2_0698.pdf. Geospatial data must also conform to the FGDC ESRI ArcCatalog Metadata Form, filling in at a minimum all required fields identified in the FGDC ESRI Stylesheet. 5. SELECTION CRITERIA. Selection for this project will be based upon the following criteria, shown in descending order of importance (by major criterion). Criteria a-g below is primary. Criteria h-j below is secondary and will only be used as tie breakers among technically equal firms. a. Specialized Experience. Specialized experience and technical competence with regard to the typical services to be performed as described above. Primary evaluation shall consist of example projects performed by proposed management and technical team demonstrating specialized experience and technical competence. Small businesses are only required to address services identified as structural, mechanical, electrical, civil, hydraulic, hydrologic, biological and fisheries. b. Past Performance. Past performance on contracts with Government agencies and private industry over the past 5 years in terms of cost control, quality of work and compliance with performance schedules. Consideration shall also be given to the history of primes execution of subcontracting plans. Primary evaluation shall consist of information contained within the DOD Architect-Engineer Contract Administration Support System (ACASS). Secondary evaluation shall consist of other Federal and/or State performance information provided by the Contractor, to include references. c. Professional Qualifications. Professional qualifications of the personnel to be assigned to this project. Required disciplines are as identified in paragraph 1 of this document will be evaluated with equal weight. The evaluation will consider education, registration, and longevity of relevant experience. Small businesses are only required to address structural, mechanical, electrical, civil, hydraulic, hydrologic, biological and fisheries disciplines. d. Knowledge of the Region. (1) Knowledge of flood control, navigation, and hydroelectric dam projects in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. (2) Knowledge of fish bypass, collection, sampling, and monitoring systems and facilities in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. e. Design Quality Assurance. (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Includes organizational chart showing inter-relationship of management and design team components. The SB must indicate strategy to comply with requirement of 51% of the services to be provided by the SB prime. f. Socio-economic Program Support. In the event of a tie, the firms standing as a Small, Small Disadvantaged, or Woman-Owned Small Business, and the extent to which those firms, as well as Historically Black Colleges, and Universities/Minority Institutions (HBCU/MIs), participate in subcontracting will be considered. g. Location of Firm. In the event of a tie, the general geographical location of the firm with regard to other firms and the Portland District will be considered. h. Previous DOD Work. In the event of a tie, the volume of DOD work awarded to the firm within the last 12 months will be considered. 6. ADMINISTRATIVE. A/E firms which meet the requirements described in this announcement are invited to submit one original and two copies of Part I and Part II of the SF 330 (6/2004) for the prime and all consultants, to the below address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next business day. Address for submission is USACE Portland District, Attn: CECT-NWP-C, 333 SW First Avenue, Portland, OR 97204-3495. This procurement is unrestricted for up to three (3) awards and restricted to small businesses for up to one (1) award. Technical questions should be directed to Lance Helwig (503) 808-4900. Administrative questions should be directed to Kathleen Seitz (503) 808-4628. This is not a request for proposal. Solicitation packages are not provided. Reference W9127N-11-R-0001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N11R0001/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN02311725-W 20101017/101015233809-d11a8d84a32af26350dd09f50ce8bef0 (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.