Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

C -- Amendment 4

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R11PS81165
 
Archive Date
9/22/2012
 
Point of Contact
Judy Chamberlin 3034452606 jchamberlin@usbr.gov; Katherine Segura 3034452434 ksegura@usbr.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
Amendment 4 changes are in Paragraphs 1.3.1, 3.2(c), 3.2.2.1, and 3.2.2.2 and removes Paragraph 1.3.2. This Amendment also answers additional questions submitted. 1.0INTRODUCTION: 1.1This is a call for submittal of SF330's from qualified A-E firms to support the Bureau of Reclamation's mission of managing, developing, and protecting water and related resources in an environmentally and economically sound manner in the interest of the American public. More information about Reclamation can be obtained at http://www.usbr.gov/. Projects will primarily be located within the 17 western states. However, projects may also be located in other states, outlying areas of the United States, and foreign countries. The NAICS code for this action is 541330 with a size standard of $4.5 million. This is a full and open competition. 1.2This acquisition for A-E services is being procured in accordance with the Brooks Act and Subpart 36.6 of the Federal Acquisition Regulation. Reclamation intends to award two (2) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Architect- Engineer (A-E) services. The contract(s) will be awarded with a base period of one (1) year and up to four (4) additional one-year option periods. Each IDIQ shall have a maximum value of $20,000,000.00. The minimum guaranteed award amount for each IDIQ shall be $1,000,000.00 over the life of the contract. 1.3Small Business Goals: 1.3.1Large Business: If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The subcontracting plan shall provide for a minimum of 15% of the total value of all awarded task orders set aside for small business concerns. Achievement of this goal shall be assessed annually, prior to the exercise of any option years. Firms should use the $20 Million maximum as a basis for the Subcontracting Plan. 1.4The IDIQ(s) will be used to support Reclamation's mission which includes civil, geotechnical, mechanical, and electrical engineering disciplines, as well as risk analysis, dam safety, and security services; water and environmental sciences; engineering, inspection, and technical support services; and consultant review boards. See the Statement of Work for complete details. 1.5Tasks will be directed by individually issued Task Orders (TOs) and more than one TO may be issued concurrently. TOs issued under the IDIQs will be primarily firm-fixed price. However, the capability of issuing labor hour task orders will be included. Individual TOs will not have a value of less than $3,000.00, and will not exceed $3,000,000.00. Fair Opportunity for TOs will be provided using the following criteria. 1.5.1Prior performance on task orders issued against the IDIQ. 1.5.2Specialized experience and qualifications of the A-E firm as determined at time of award and as it applies to consideration of labor mix. 1.5.3If A-Es are equally qualified, contract minimum and/or equitable distribution of work will be considered. 1.5.4Price will be considered of the selected firm prior to issuance of a task order. 2.0INSTRUCTIONS: 2.1Request a copy of the Statement of Work and Past Performance Questionnaire by emailing AEIDIQ@usbr.gov. Phone requests will not be accepted. 2.2The pre-proposal conference that was scheduled for 10:00 a.m. MT on Tuesday, 6 September 2011 has been cancelled for the convenience of the Government. 2.3Questions on this synopsis will be accepted through COB 06 September 2011. Please submit questions to AEIDIQ@usbr.gov. All questions with answers will be posted on Fed Biz Ops through an amendment to this posting by COB 13 September 2011. 2.4A-E firms meeting the requirements described in this announcement are invited to submit one original and three copies of: (1) Standard Form (SF)-330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown below. SF-330's shall reference Announcement Number R11PS81165. Each firm identified as participating in the work, including proposed subcontractors, must complete a separate Part II of SF-330. Part II must show only the office or offices that are intended to have a key role in the contract. Example projects listed in SF-330 Section F shall not be more than five years old. 2.5The A-E and their subcontractors shall send out past performance questionnaires to their customers with instructions to submit them directly to the address below or to AEIDIQ@usbr.gov. Questionnaires must be received by 3:00 p.m. MT, 5 October 2011 to be considered in the evaluation process. 2.6The SF-330 and supplemental data shall not exceed 100 pages. This limit does not include resumes and past performance questionnaires. Firms not complying with this requirement may be eliminated without consideration. 2.7Failure to provide all the information and documentation requested may result in disqualification. The original and three (3) copies of the SF 330s shall be delivered NLT 10:00 a.m. MT on Tuesday 11 October 2011 to: Bureau of ReclamationDenver Federal CenterAOG 84-278106th & KiplingDenver, CO 80225Attn: Ms Kat Segura - R11PS81165 2.8To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov, and the Online Representations and Certifications Application (ORCA) database https://orca.bpn.gov/, and the registrations must be current. 2.9PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION TO DOWNLOAD. THE INFORMATION REQUIRED TO SUBMIT IS IN PARAGRAPH 2.0. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO KAT SEGURA AT AEIDIQ@usbr.gov.3.0EVALUATION3.1Firms responding to this announcement before the closing date will be considered for selection subject to any requirements listed in this announcement. Following an evaluation of the submitted qualifications and performance data, three or more firms that are considered to be the most highly qualified to provide the type of services required will be asked to participate in an interview and make a technical presentation to the Source Selection Evaluation Board. Selection of firm(s) for negotiation shall be made in order of preference based on the rankings established during evaluation. 3.2SELECTION CRITERIA: A-E firms responding to this announcement, and their subcontractors, will be evaluated based on the following criteria, (a) through (d), that are listed in relative order of importance: (a) Professional qualifications including professional registration and national security clearances, specialized experience, and technical competence necessary for satisfactory performance of the required services. Preference will be given to A-E firms with in-house capability. Preference will be given to A-E firms that hold professional registrations in multiple disciplines, in multiple states within the western United States.(b)Technical and Physical Capacity to perform multiple task orders within the time limitations identified in the specific task orders. Preference will be given to A-E firms with in-house capacity (with the exception of the 15% mandatory set aside for small business). (c)Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and compliance with Subcontracting goals.(d)Geographic location of design offices relative to the Technical Service Center and Reclamation regional offices.3.2.1All information provided in response to this announcement can be used to evaluate the above factors. The relative importance of evaluation factors (a) through (d) is shown below:Evaluation FactorPercentage(a) Professional Qualification, Specialized Experience and Technical Competence 40%(b) Technical and Physical Capacity25%(c) Past Performance25%(d) Geographic Location10% 3.2.2Required services are defined in the Statement of Work. The following services, organized by engineering category and relative importance, will be used to evaluate factors (a) and (b). The first two engineering categories (Civil Engineering and Geotechnical Services) are of equal importance and of greater importance than the third engineering category (Risk Analysis, Dam Safety, and Security Services), which is of greater importance than the following three engineering categories (Mechanical Engineering, Electrical Engineering, and Water and Environmental Science Services), which are of equal importance. The remaining two engineering categories (Engineering, Inspection, and Technical Support; and Consultant Review Boards) are of lesser importance and are listed in descending order of importance.Engineering Categories: 3.2.2.1Civil Engineering (subcategories are listed in descending order of importance): Structural Analysis and Design Including Building Seismic Risk Evaluation; Hydraulic Design and Analysis; Water Treatment Engineering; Architecture and Landscape Architecture Designs; Construction Management; Materials Engineering and Research; Hydraulic Investigations Research Services. 3.2.2.2Geotechnical Services (subcategories are listed in descending order of importance): Embankment Dam and Foundation Engineering; Soil and Rock Mechanics; Engineering Geology; Seismotectonic and Geophysics Services; Structural Behavior and Instrumentation; Hazardous Waste Engineering Services. 3.2.2.3Risk Analysis, Dam Safety, and Security Services (the first subcategory is significantly more important than the remaining two subcategories which are of equal importance): Risk Analysis; Comprehensive Reviews; Security Services. 3.2.2.4Mechanical Engineering Services (the subcategories below are of equal importance): Mechanical Equipment; Hydraulic Equipment. 3.2.2.5Electrical Engineering Services (the subcategories below are of equal importance): Electrical Design; Hydropower Technical Services. 3.2.2.6Water and Environmental Services (the first two subcategories are of equal importance; the remaining five subcategories are of lesser importance, and are listed in descending order of importance): Ecological Studies; Land Suitability and Water Quality; Flood Hydrology, Hydrometeorology, and Paleoflood Hydrology; River Systems and Meteorology; Water Supply, Use, and Conservation; Remote Sensing and GIS; Groundwater and Drainage. 3.2.2.7Engineering, Inspection, and Technical Support (subcategories are listed in descending order of importance): Engineering Support Services; Inspection Services; Hazardous Material Testing and Technical Support Services. 3.2.2.8Consultant Review Boards (subcategories are listed in descending order of importance): Geotechnical Engineer; Geologist; Structural Engineer; Civil Engineer; Seismologist. 3.3Past Performance: Evaluation factor (c), Past Performance, will be evaluated using information from responses to Past Performance Questionnaires, Past Performance Information Retrieval System (PPIRS), and other sources. 3.4Geographic Locations: Proximity and size of design offices to the following geographic locations will be used to evaluate factor (d). The first location is significantly more important than the remaining five locations which are of equal importance. Larger design offices are more important than smaller design offices. Offices are: Denver, Colorado; Boise, Idaho; Sacramento, California; Boulder City, Nevada; Salt Lake City, Utah; Billings, Montana. ADDITIONAL QUESTIONS AND ANSWERSQ41. Will you consider expanding the Page Count to 125 to allow for the large number Part IIs required for small business participation and for individuals who will act as technical experts in categories such as Consultant Review Boards?A41. No the page count will not be increased. Q42. Since drillers are typically suppliers procured by location and for cost competitiveness and are not subcontractors typically procured by Brooks Act requirements, is our interpretation correct that drillers and material testing labs are not required to be listed as subcontractors?A42. A list of the common ones used by your company should be provided. In the event that a new one is needed that would be considered a substitution. Q43. For Projects in Section F and E: Do you prefer us to follow the instruction of the SF330 form and leave the dates of performance blank (and list status in the description) if the project is ongoing?A43. Yes, follow the SF330 instructions. Q44. If more projects are provided, is it your intent that if we should modify the SF 330 form Section G to accommodate additional projects? A44. Any additional projects provided have the same requirements for information as the first 10. Q45. We plan to submit 10 projects per the SF330 format. Q27 expands the number of projects without limit. Will choosing to limit our projects to 10 decrease our past performance score compared to a submittal with more than 10?A45. As stated in section 3.3, Past Performance, will be evaluated using information from responses to Past Performance Questionnaires, Past Performance Information Retrieval System (PPIRS), and other sources. Q46. Q18 additionally requires PPQs for each subcontractor. By our estimation, if a submittal includes 3 forms per subcontractor and one for each project listed, this could easily result in more than 50 PPQs per submittal. Is that your intent?A46. The intent is to receive PPQs as required for the projects and for all proposed subcontractors. The subcontractor PPQs are limited to no more than 3. It is not required to have 3 but you are limited to 3. Q47. Q16, 17, 18 and 30 all refer to the Past Performance Questionnaires. Q16, 17 and 30 states that PPQs should only be submitted for listed projects, which based on SF330 format, is typically 10 projects. We plan to request PPQs from our clients for the 10 projects required in Section F. If you receive PPQs for only 10 projects for our entire submittal, is that sufficient and compliant for this item in the solicitation?A47. To be compliant for PPQs each project listed is required to have a PPQ if 10 projects are listed then there should be a PPQ for all 10 projects, as well as PPQs for the subcontractors which is limited to no more than 3 per subcontractor. Q48. Q5 and Q9 indicated that Part IIs for all subcontractors and outside associates or consultants count in the 100 page count. We plan to provide a Part II for each firm/subcontractor/individual on the team, per requirements, but would like to provide half page Part II for individual consultants to maximize space. Is that acceptable?A48. No half pages are not acceptable. Q49. Q29 states that each task order is considered a "project". SF 330 definitions (page 2, item 21 of the instructions) allows for indefinite delivery contracts. Because this procurement is for an IDIQ contract with multiple projects (tasks) under that IDIQ, is it acceptable to include Section F forms for similar contract? i.e. may we provide an overview of an IDIQ Contract and list multiple projects on that form as our examples of "projects which best illustrate proposed team's qualifications for this contract" (managing multiple, simultaneous tasks, management of subcontractors, quality, cost, scope, and schedule performance, etc.)A49. Each needs to be listed as a "project". All task orders under an IDIQ cannot be submitted as one "project". Q50. Does the Subcontracting Requirement of 15% have to be met annually?A50. No, it will be reviewed annual and the 15% will have to be met over the life of the contract. Q51. When does the subcontracting plan have to be submitted? A51. The subcontracting plan has to be submitted with the SF330s. Q52. Since Part IIs are counted in the 100 page limit may we submit one Part II (showing all US disciplines/staff) per team member firm? Or would you consider one regional Part II (showing western states only) per firm? This would greatly reduce our page and demonstrate our capacity.A52. The instructions state that if a firm has branch office, the form needs to be completed for each specific branch office seeking work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/69b0cc393181aeaef0ac862695872066)
 
Place of Performance
Address: Denver, CO
Zip Code: 80225
 
Record
SN02590845-W 20110925/110924000345-69b0cc393181aeaef0ac862695872066 (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.