Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR HYDROPOWER ELECTRICAL AND MECHANICAL ARCHITECT-ENGINEER (A-E) SERVICES TO SUPPORT VARIOUS CIVIL WORKS PROJECTS WITHIN THE U.S. ARMY CORPS OF ENGINEERS GREAT LAKES AND OHIO RIVER DIVISION

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-15-R-0008
 
Response Due
8/13/2015
 
Archive Date
9/12/2015
 
Point of Contact
Stacy Wiggins, 615-736-7944
 
E-Mail Address
USACE District, Nashville
(stacy.s.wiggins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (Public Law 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers (USACE), Nashville District proposes to obtain the services for one (1) multidiscipline, five (5) year Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Architect-Engineer (A-E) contract for hydropower-related electrical and mechanical A-E services. This contract will satisfy requirements at civil works projects assigned to Districts within the geographical boundaries of the USACE Great Lakes and Rivers Division (LRD), including the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The majority of the requirements satisfied by issuance of task orders against this contract will originate within the boundaries of the Nashville District (LRN). The LRD and LRN boundaries are shown at http://www.usace.army.mil/Locations.aspx. The contract will be negotiated and awarded for five (5) years The amount of the contract award and total contract capacity shall be $5,000,000 over the life of the contract. If the capacity is exhausted before the five (5) year time frame, the contract will be considered complete. The minimum guarantee amount shall be $20,000. The contract is anticipated to be awarded in 2015 and completed in 2020. Work will be issued by negotiated firm-fixed price task orders. The minimum order shall not be below $2,000 and the maximum single order shall not be greater than $750,000. If remaining capacity falls below $2,000, the Government will consider the contract complete. Profit will be proposed, evaluated, and negotiated per task order. North American Industrial Classification System (NAICs) code is 541330, Engineering Services, which has a size standard of $15,000,000 in average annual receipts. This announcement is being competed as full and open. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of the work). Also, in accordance with Executive Order 13658 the current minimum wage for certain Federal contractors is $10.10 per hour. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Representations and Certifications must be completed electronically via this site as well. Register via the SAM Internet site at www.sam.gov or by contacting the SAM Customer Service at 1-866-606-8220. 2. PROJECT INFORMATION: Engineering services may include but are not be limited to a variety of services for studies, design, memoranda, reports, estimates, development of design criteria, and construction plans and specifications for existing and proposed hydropower projects. Activities could include work at projects such as powerhouses, switchyards, transformers and other facilities used in the generation and distribution of hydropower. The work may also include comprehensive planning studies to examine water availability, environmental and economic considerations in turbine-generator elections; engineering and designs of repairs, upgrades or replacements to exciters, governors, controls, cables, switchyard equipment or other similar equipment used in the generation and transmission of power. Prepare construction plans and specifications as well as cost estimates for work products. The contract will provide for professional engineering services and supporting staff to perform such tasks typically associated with hydroelectric generation systems, as well as auxiliary unit operations necessary for the proper operation of such plants. Other associated professional disciplines may be utilized in the accomplishment of this work. Services will be specifically scoped in detail by individual task orders. 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. Criteria F through H are secondary and will only be used as quote mark tie-breakers quote mark among technically equal firms. A.Specialized Experience and Technical Competence: Firms must demonstrate specialized experience and technical competence of the prime firm and any subcontractor in the type of work described in paragraph 2 above titled quote mark Project Information quote mark. Evaluation factors will include knowledge and experience in the analysis of, and design of hydroelectric power generation projects at dams within the last five (5) years. The effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors will also be evaluated. A single point of contact for the prime must be clearly identified in the submittal. B. Professional Qualifications/Key Personnel: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The minimum positions that must be staffed with qualified professionals include (1) Project Manager; (2) Registered Electrical Engineer; (3) Registered Mechanical Engineer; (4) Registered Civil/Structural Engineer; (5) Cost Estimator; (6) CAD/GIS; (7) Quality Assurance/Quality Control Manager. All engineers responsible for change of design work shall be licensed. Appropriate documentation shall be provided to justify such personnel's qualifications and experience. Note: This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. C. Past Performance: Past experience on Department of Defense (DoD), Bureau of Reclamation, and Tennessee Valley Authority contracts with respect to cost control, quality of work, and compliance with performance schedules will be reviewed. Past performance will be based on Past Performance Information Retrieval System (PPIRS) and other data presented by the Offeror or as determined by the Government. Any credible, documented evaluations may be considered and should be indicated as favorable performance ratings, awards, and repeat clientele in Section H of Standard Form (SF) 330.. However, the Government is not required to seek other information on the past performance of a firm if none is available from PPIRS. The evaluation of this factor will be based on the past performance information from the previous five (5) years. D. Capacity: Capacity to perform approximately $750,000 in work of the required type in a one (1) year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. E. Knowledge of the Locality: The knowledge of local laws and regulations governing the projects of the Nashville District USACE. These laws include, but are not limited to, environmental regulations of the States of Tennessee and Kentucky, and similar regulations of the localities in which LRN hydropower projects are located. The knowledge of relative locations of LRN dams, hydropower capacity of each dam and familiarity with installed turbine generator equipment. F. Small Business (SB) and Small Disadvantaged Business (SDB) Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. Geographic Proximity: Location of the firm and the proposed team in the general geographic area of LRN. H. Volume of DoD Contract Awards: Volume of DoD contract awards in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit four (4) copies of a current completed SF 330 Part I for the prime firm and four (4) copies of SF 330 Part II for the prime firm and all consultants. Include the firm's DUNS number in SF 330, Part II, Block 4. Offerors shall also submit one (1) copy of the submitted package on a CD or DVD in a searchable PDF format. Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 point Times New Roman Font or greater. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.1 1 if the prime has worked with the sub-contractors in the past five (5) years. In Section G.26, include the firm each of the key personnel is associated with. Cover letters and extraneous materials (brochures, etc.) will not be considered. No other general notification to firms under consideration for this work will be made, and no further action is required. Questions concerning submissions should be directed to Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil by July 28, 2015. Personal visits for the purpose of discussing this announcement are not permitted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposals. If documents are being hand delivered or sent via a carrier the physical address is U.S. Army Corps of Engineers Nashville District, ATTN: Stacy S. Wiggins, Room #A405, 801 Broadway, Nashville, TN 37203. If documents are sent via postal services send to U.S. Army Corps of Engineers Nashville District, ATTN: Stacy S. Wiggins, P.O. Box 1070, Nashville, TN 37202. Facsimile or electronic transmissions will not be accepted. Submissions must be received no later than 2:00 p.m. Central Daylight Time (CDT) on August 13, 2015. Any submissions received after the stated time will be considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Note 1: If the combining of two or more companies (joint venture (JV)) for the purpose of this requirement, then include each company's role under Part I, Item H of the SF 330. If the JV partners have never worked together on similar jobs, so indicate. The JV will be evaluated as one. The experience of each JV partner will be evaluated based on each partner's role in cited past projects and in the proposed JV role for this project. To identify the JV, provide the DUNS number for each entity and the JV entity. Additionally, submit a signed JV agreement. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration for award. Note 2: If selected for this contract and if contractor has recent Defense Contract Audit Agency (DCAA) audit results supporting proposed overhead and G&A rates the contractor will be required to submit them. If contractor does not have recent DCAA audit results supporting proposed overhead and G&A rates the contractor will be required to justify their proposed rates. All sub-contractors not listed in the initial proposal must be approved by the Chief of Engineering & Construction prior to issuance of any task order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN03796553-W 20150716/150714235728-714274a934f99b02c877511c4df6b383 (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.