Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

C -- Indefinite Delivery Contract C-209 for A-E Design Services and Geophysical investigation Svcs and Geotechnical engineering analyses within NY District's Boundaries and other Corps of Engineers locations within "NAD/MSC" (See Desc)

Notice Date
10/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-AE-0001
 
Response Due
11/22/2011
 
Archive Date
1/21/2012
 
Point of Contact
renee.george, 917-790-8177
 
E-Mail Address
USACE District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(Subject Continued) Boundaries. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION:This contract is being procured in accordance with the EFARS Sub-Part 19.5, Set-Asides for Small Business. The North American Industry Classification System (NAICS) Code is 541330. Size standard is $4.5 Million Dollars. The number one (1) ranked small business firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of the contract is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $9,900,000 (EFARS 36.601-3-90(b)). Task orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the government guarantees a minimum ordering obligation as $35,000 for the basic contract (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th and 5th calendar years of the contract. Each time period of the contract will consist of 365 calendar days. It is the intent of the New York District to not have a "hollow" contract. The selected small business A-E firm will need to demonstrate capability to perform at least 50% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded a small business contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a SDVOSB SA contract the concern must agree that: In the case of a contract for services (except construction), the SDVO SBC spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of other SDVO SBCs. In accordance with FAR 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-Engineer Services). (Aug 1998), the following applies: Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: Required information for substitutions necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award date: Mar 2012. The wages and benefits of service 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 employee's office location (not of the location of the work). To be eligible for a 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 DoD Electronic Commerce Information Center at 1-800-334-3414. The selected A-E Firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-base application that is accessed via internet website, http://cpars.navy.mil/ 2. PROJECT INFORMATION: A-E services may include but are not limited to the following:Preparation of studies, reports and design documents and geophysical and geotechnical investigations (to include but not limited to: side -scan, sub bottom profiles, borings and core analysis lab testing and channel survey). The project area is primarily within the New York District boundaries and other Corps of Engineers locations within "NAD/MSC" boundaries. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: The firm is required to have the following specific design capabilities: a. Specialized experience and technical competence in: 1. Demonstrated understanding of wave theory and geophysical processing techniques. 2. Experience and knowledge of various geophysical exploration methods including Seismic Reflection, Seismic Refraction, Sub-Bottom Profiling, Side Scan Radar, Resistivity, Hydrographic Surveys and Magnetics. 3. Demonstrated ability to orally present results and electronically document maps, seismic sections, and other geophysical data using state of the art computer techniques. 4. Demonstrated experience of designing and reviewing blast plans and blast monitoring programs. 5. Working knowledge of geophysical methods suitable for identifying underground and underwater utilities (pipelines) or other structures as well as the ability to image them in detailed profiles, cross-sections and location maps. 6. Demonstrated capabilities within the team to perform subsurface investigations, remote sensing, knowledge of underwater drilling, blasting, and mechanical removal of rock (blasted and un-blasted), dredged material disposal site investigations, siting analysis, dredgability of material and design of marine structures and noise and vibration monitoring due to the dredging and blasting activities. 7. Demonstrated ability to integrate various geophysical, hydrographic and geological data to create profiles, cross-sections and maps of bedrock structure and sediment thickness (isopach) in a marine environment. 8. Demonstrated knowledge of the detailed geology (Stratigraphy and Petrology) of the New York Metropolitan Area with specific emphasis on the sediments and rocks that occur along the navigation channels in the Port of New York and New Jersey. 9. Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components. 10. Ability to describe the lithology of core samples in detail and to document factors (i.e. fractures) that may determine if a rock formation is dredgable without blasting or pre-treatment. 11. Proven ability to supervise drill crew in acquiring standard penetration test data (SPT Borings) in a marine environment. 12. Demonstrated experience in determining the dredgability of material based on geophysical and geological properties. 13. Demonstrate ability to perform technical design reviews of Civil Works projects including dredging (both shallow and deep draft navigation projects, including dredging of channels and inlet protection structures). 14. Demonstrated experience in quantifying dredge material based on disposal criteria. 15. Demonstrated experience in Civil Works procedures including Feasibility studies, design documents of Civil Works projects, and preparation of Plan and Specifications and Construction Services for Civil Works projects. 16. Demonstrated experience in the design of Civil Works projects, including navigation, coastal and inland flood risk management and ecosystem restoration, site investigation, geotechnical reports, borings (with laboratory analysis), aerial photography, topographic surveys, underwater inspection with a certified commercial/PE diver with at least 1 year experience and CPR certification 17. Demonstrated experience of removal and replacement of existing underground and underwater utilities included those located in channels to include direct drilling. 18. Demonstrated experience in the design and analysis of coastal and marine structures. 19. Demonstrate ability to perform technical design reviews of Civil Works projects including navigation, coastal and inland flood risk management and ecosystem restoration type projects and including dredging. 20. Indicate ability to use Dr. Checks review system. 21. Production of drawings (CADD) to be accomplished in the latest versions of Microstation and/or AutoCAD. 22. Demonstrate ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. The basis for the evaluation will be the information in Section H of the SF 330. 23. Demonstrate ability to produce Cost Estimates in the latest version of M-CACES. The firm shall demonstrate how cost estimating procedures is included in the development of the design and how market conditions are included in the construction cost estimate. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area. The basis for the evaluation will be the information in Sections E, F and H of the SF 330. 24. Demonstrated capability to produce multiple task orders simultaneously 25. Plans and Specifications in Electronic Bid Solicitation (EBS) format. b. Qualified registered professional personnel in the following key disciplines: NOTE: resumes must be provided for each discipline. 1. Project Manager (Resume Required) 2. Civil Engineer (Resume Required) 3. Structural Engineer (Resume Required) 4. QA/QC Specialist (Resume Required) 5. Geotechnical/Geophysicist Engineer (Resume Required) 6. Geologist/Hydrogeologist (Resume Required) 7. Marine/Coastal Engineering (Resume Required) 8. Environmental Engineering (Resume Required) 9. Soil/Dredging Engineering (Resume Required) 10. Blasting Engineering (Resume Required) 11. Acoustic (Noise) Engineer (Resume Required) 12. Vibration Engineer (Resume Required) 13. Land Surveyors (Resume Required) 14. Hydrographic Surveyors (Resume Required) 15. Technical Writer 16. Draftsperson/CADD Operator 17. GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst 18. Certified Commercial Diver/PE (Resume Required) The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Senior project personnel for each key discipline are required to be licensed/registered. c. Past Performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of NY District boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection criteria: f. Geographic Proximity in relation to NY District boundaries. g. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions. and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS:Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0.The forms can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click "Business" then "Contracting Opportunities" Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation. For information visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330 Submit three (3) completed SF330's to: Attn: Stephen DiBari, P.E. CENAN EN M Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. The response date will move to the next business day, If the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-AE-0001/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02603831-W 20111008/111006234707-487d2118bf9313c66e0e0374179d79cf (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.