Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

C -- Solicitation Notice For An Indefinite Delivery Contract for A-E Services to Support the Construction Management Activities for the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
8/15/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-13-R-0058
 
Response Due
10/16/2013
 
Archive Date
10/14/2013
 
Point of Contact
Kimberly L. Brackett, 251.441.5170
 
E-Mail Address
USACE District, Mobile
(kimberly.l.brackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. This notice is posted in its entirety and hereby serves as the official solicitation for this project. The Contracting Officer is Mr. Carl Wade. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract to Support the Construction Management Activities for the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. This announcement will result with at least seven (7) awards being made on a combination of Small Business Set-Aside, Service Disabled Veteran Owned Set-Aside, Woman Owned Set-Aside and Unrestricted basis. It is the intent of the Government to initially award three (3) contracts from the Unrestricted selection, two (2) from the Small-Business Set-Aside, one (1) from the Service Disabled Veteran Owned Set-Aside, and one (1) from the Woman Owned Set-Aside. The Unrestricted basis is open to all interested parties regardless of business size. The Small Business size standard is a maximum of $14 million of average annual receipts for its preceding 3 fiscal years. All firms responding to this solicitation MUST identify in which category they are submitting. All firms must state the words (UNRESTRICTED), (SMALL BUSINESS), (SERVICE DISABLED VETERAN OWNED), or (WOMAN OWNED) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. Work under this contract is subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $8,000,000 for Unrestricted basis over the five-year life of the contracts, $7,000,000 for Small-Business Set-Asides, $7,000,000.00 for Service Disabled Veteran Owned Set-Aside, and $4,000,000.00 for Woman Owned Set-Aside over the five-year life of the contract. A firm fixed price contract will be negotiated. Contracts awarded will not exceed a term of five years. Rates will be negotiated for each 12-month period of the contract. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goal for this contract is a minimum of 50% of the firm's intended subcontract amount be placed with Small Businesses (SB). Within the 50% the following goals are as follows: 17% be placed with Small Disadvantaged Businesses (SDB); 18% be placed with Women-Owned Small Businesses (WOSB); 10% be placed with HUB Zone Small Business; and 4% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The selected firm will be required to perform a broad range of engineering services to satisfy fluctuating needs and conditions. Services required include assistance and guidance to Field Offices, and site visits. The majority of the work will be located in the southeastern United States; however, work may be located in any of the fifty (50) states, South or Central America, Puerto Rico, the U.S. Virgin Islands, and other locations as may be assigned to the Mobile District and South Atlantic Division. 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 thru D are primary. Criteria E thru F are secondary and will only be used as quote mark tie-breakers quote mark among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) Architecture; (3) Civil Engineering; (4) Mechanical Engineering; (5) Electrical Engineering; (6) Structural Engineering; (7) Cost Estimating; (8) Construction Inspectors in (a) civil; (b) electrical; (c) mechanical; (d) structural, (9) Project Schedulers. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. In supporting work in Central and South America, Spanish speaking individuals in critical disciplines are desirable. B. Specialized Experience and Technical Competence in: (1) Biddability and constructibility reviews; (2) Preparation of contract related documents and analysis, such as construction cost estimates, scopes of work, project schedules or network analysis systems, delay impact analysis, claims and change order analysis; (3) Review of contractor submittals; (4) Shop drawing reviews; (5) Quality Assurance (QA) inspection activities in connection to construction projects. In Block H of the SF 330 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: The capacity to field up to three (3) individuals concurrently. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Geographic Location: Geographic location with respect to the region under consideration. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All firms responding to this solicitation MUST identify in which category they are submitting. All firms must state the words (UNRESTRICTED), (SMALL BUSINESS), (SERVICE DISABLED VETERAN OWNED), or (WOMAN OWNED) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF330 SHALL NOT EXCEED 60 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 16 OCTOBER 2013. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 21 OCTOBER 2013. As required by acquisition regulations, interviews for the purpose of discussing the qualifications of prospective contractors for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 02 OCTOBER 2013 at 3:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-13-R-0058. The Bidder Inquiry Key is: 7TID5A-YXWZSG. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0058/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN03150369-W 20130817/130815235605-4058e997d216eeecd57478e6aff07fc4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.