Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

C -- Indefinite Delivery Indefinite Quantity (IDIQ) A-E Contract for Geotechnical-Focused Engineering, Investigation & Design Services in Support of South Pacific Division - Wide Dam & Levee Safety Programs, Sources Sought # was W91238-14-S-191S (Simplified).

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-15-R-0005
 
Point of Contact
Harold Williamson, Phone: 9165575196, Carolyn E Mallory, Phone: 916-557-5203
 
E-Mail Address
Harold.Williamson@usace.army.mil, Carolyn.E.Mallory@usace.army.mil
(Harold.Williamson@usace.army.mil, Carolyn.E.Mallory@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment makes changes in Section 3. Selection Criteria and Section 4. Submission Requirements. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Two firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E services are for the investigation, studies and design leading to the construction of flood management structures including major dams, levees and channels and associated appurtenant structures and construction phase services. These services are generally for use within the Corps of Engineers, South Pacific Division, military and civil boundaries, and for any South Pacific Division customers, as determined by the Contracting Officer. Project work will include subsurface investigations, geophysical and strength testing, materials testing and materials property development, seismicity and seismic parameters, seepage and stability analysis, borrow site investigations to determine suitability of materials, periodic detailed inspections and/or risk assessments of dams or levees, design/construction parameters, designs for dam and levee safety remediation including but not limited to large embankments, floodwalls and channels, insitu densification, seepage and stability berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, development of methods to mitigate for seismic activity, design of dewatering systems, development of construction plans and specifications (SPECSINTACT), e.g. design alternatives, quantities, plans, cost estimates(M-CACES), and instructions to field personnel are also important elements of the proposed contract. Capabilities in other disciplines, such as Geographical Information Systems (GIS), Computer Aided Drafting Design (CADD) are important elements of the proposed contract. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. The end result of these projects will be design. A specific scope of work and services will be issued with each task order. This procurement will be conducted under FSC Code: C219; SIC Code: 8711; NAICS Code: 541330. The size standard for this code is $15,000,000.00. To be considered a Small Business under this NAICS Code, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. This announcement is restricted to only firms that qualify as a small business for NAICS Code: 541330. This requirement is 100% small business set-aside. Up to two contracts will be negotiated and will be awarded within one year after the required response date to this announcement. Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be negotiated. These contracts will be for a period of performance of up to five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract term by an additional two (2) years. The capacity of each 3 year base contract period is $2,940,000.00. The capacity of each 2 year option is $1,960,000.00. The total capacity for a target of two contracts is $9,800,000.00. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option may be exercised early if the Total Estimated Price for the 3 year base contract period is exhausted or nearly exhausted It will be stated in the contracts that notwithstanding the early exercise of the options, the rates to be used for the option periods (if exercised early) shall be the rates that would have been in effect had the options not been exercised early, i.e., if the option is exercised two months prior to the end of the base contract performance period, the base year rates will be in effect for the first two months of the option period. The contracts option year rates will take effect on the 3 year anniversary of the contract award date. If an option period is exercised early to utilize its financial capacity, the total ordering period of the contract shall remain 5 years or the $9,800,000.00 capacity of each contract is exhausted. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strength and previous experience in relation to the work requirements and geographic location described in the statement of work for each task order. Details of the selection process will be included in the resultant contracts. The wages and benefits of service employees (see FAR 22.1) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to employee's office location (not the location of the work). Firms should indicate personnel and subcontracts selected to work on the contract and state their management structure. At least 50 percent of the cost of contract performance must be performed by the small business firm selected for award in accordance with 52.219-14, Limitations on Subcontracting. To be eligible for contract award a firm or joint venture must be registered in the System For Award Management (SAM). Register via the Internet Site at https://www.sam.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. Performance evaluations will be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system. The Architect-Engineer Contract Administration Support System (ACASS) was previously used, and CPARS is now the current platform. Engineering Pamphlet (EP) 715-1-7, Chapter 6 has not been updated, as yet to reflect this change. Past performance evaluations shall be prepared for each architect-engineer services contract of $30,000 or more. A final evaluation will be prepared for each task order exceeding $30,000.00. For this procurement, the evaluation shall be prepared after acceptance of the A-E product on each task order. Past performance evaluations may also be prepared for contracts below $30,000. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CPARS requires specific software, called PKI certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.gov. If the contractor wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Task orders under this contract may include subsurface drilling and investigations, in-field permeability, geophysical and strength testing, materials testing and materials property development, seismicity and seismic parameters, hydrologic and hydraulic analysis/ design, structural analysis/design, geotechnical analysis/design including slope stability, settlement, seepage, erosion, mechanical and electrical analysis/design, and risk based analyses, borrow site investigations to determine suitability of materials, design/construction parameters, periodic inspection and/or risk assessment of dams or levees, designs for dam and levee safety remediation including but not limited to large embankments, floodwalls and channels, insitu densification, seepage and stability berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, development of methods to mitigate for seismic activity, design of dewatering systems, development of construction plans and specifications (SPECSINTACT), e.g. design alternatives, quantities, plans, cost estimates (M-CACES), bore hole logging software, Geographical Information Systems, (GIS), groundwater studies, computer aided drafting design (CADD), topographic and hydrographic survey and mapping, and instructions to field personnel are also important elements of the proposed contract. Project support efforts including site reconnaissance, dam and levee inspections, environmental and wetland assessments, wildlife and habitat assessments and historical assessment s in accordance with NEPA and SHPO are included as potential project requirements. Laboratory testing includes testing of disturbed and undisturbed soil and rock samples, using only Corps Materials Test Center certified laboratories. All types of geotechnical testing including classification of all types of soils from organic to rocky, petrographic analysis, water content, specific gravity, density, relative compaction, compaction testing, strength testing, and hydraulic conductivity testing. Also included is the capability to perform detailed dam and levee safety risk analyses (for both economic and life-loss) including analyses for potential operating restrictions. Design effort may include, but are not limited to: design of large earth dam embankments, levee embankments, outlet works, spillways, canals, and/or related structures or other dam remediation techniques, such as cutoff walls, jet grouting, dynamic compaction and other techniques. Construction phase services may also be required. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD) and delivering the two or three-dimensional drawings. The Government will only accept the final product for full operation, without conversion or reformatting. Work may be performed in the AutoDesk AutoCAD release 2008 or Bentley MicroStation V8.5 or higher environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be field, desktop or Internet based. Exploration borehole and other logs shall be prepared to Corps standards. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with- the Architectural, Engineering, and Construction (A/E/C) CADD Standard, Release 3.0 https://cadbim.usace.army.mil/CAD. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GB Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in a raster format compatible with the specified target platform electronic digital format. Drawing files shall also be delivered in Portable Document Format (PDF). The specifications will be produced in SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2008, or in MicroStation V8.5 or higher. The Government will only accept final documents found to be fully operational without conversion or reformatting on the target platform specified. Responding firms must show computer and Internet cap ability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MII) (software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria" a" through "e" are primary. Criteria "f" through "g" are secondary and will only be used as tiebreakers among technically equal firms. a. Specialized Experience and technical competence in performing dam and levee safety work similar to that within the South Pacific Division boundaries in categories listed below. Significant work experience inside the Sacramento District boundaries will be considered in determining the most highly qualified firms. • Dam or levee inspections; • Risk assessments (including economic and life loss consequences); • Subsurface investigations (drilling and geophysical); • Data collection (research, soil/rock classification, hydraulic conductivity, density, compaction, strength, in-situ and remote testing, topographic and hydrographic surveys, etc.); • Data analysis (materials testing, materials property development, seismicity and seismic analysis, seepage, soil and rock slope stability, groundwater, hydraulic, hydrologic, sediment transport, erosion, etc.); • Alternatives analysis (including cost/benefit); • Design (new embankments and outlet structures, floodwalls and channels, foundation improvement, seepage and stability berms, landslide stabilization, cutoff walls, jet grouting, relief wells, bank protection, drainage, seismic mitigation, dewatering, bank protection, tunnels, bridges, development of plans and specifications, engineering instructions to field personnel, etc.); and • Construction phase services. Additional tasks that may be required include: hazardous and toxic waste characterization and remediation design, reservoir routing and water control analysis, blasting, and O&M manual preparation. Project support efforts including hydraulic and hydrologic engineering, civil engineering, cost estimating (using M-CACES), GIS, surveying, etc. are included as potential project requirements. Laboratory testing includes testing of disturbed and undisturbed soil and rock samples, using only Corps Materials Test Center certified laboratories. b. Technical approach, as demonstrated through no more than five pages of narrative describing teaming arrangement, work assignment process, etc. and a quality management plan. c. Past performance on Corps of Engineers, DOD and other contracts with respect to cost control, quality of work and compliance with performance schedule. d. Qualified professional personnel who are certified, registered, and highly trained in the following key disciplines: Project Manager, Civil Engineer, Geotechnical Engineer, Hydrologic Engineer, Hydraulic Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Geophysicist, Cost Engineer, Hydrogeologist, Geologist, Seismologist, Surveyor, GIS Specialists, CADD Designer and CADD Operator. The evaluation will consider education, training, registration, overall relevant dam and levee safety experience and longevity with the firm. e. Capacity to accomplish multiple simultaneous task orders at different locations within the required timeframe, including professional qualifications of firm's staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. f. Volume of DOD contract awards received in the last 12 months. g. Extent of participation of small or disadvantaged businesses, or woman-owned small businesses, and participation of historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit THREE (3) completed SF 330 (3/2013 or the most recent version) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and THREE (3) completed SF 330 Part II (3/2013 or the most recent version) for themselves and THREE (3) for each of their subcontractors to the office shown below, ATTN: Contracting A-E Team. The SF 330 shall not exceed 200 single pages (100 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section; no more than (3) three pages 11 x 17 for org charts, all using 10 or 12 font in either Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide no more than five pages narrative describing technical approach to work assignments, a quality management plan, and organization chart for the proposed team. In block F of the SF330, include no more than 10 example projects. In order to assess past performance, Offerors shall submit CAGE codes for each of the 10 example projects listed in the SF330. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In addition to all the hard copies of the SF 330s and attachments, ONE (1) additional copy shall be submitted electronically on a CD. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (4:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-15-R-0005/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers South Pacific Division geographical area., United States
 
Record
SN03879146-W 20150912/150910235207-dd33469e93ea9a9eee53f7b1c2363ccb (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.