Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Single Award Task Order Contracts for Architect and Engineering Services to Support the Water and Wastewater Technical Center of Expertise, Mobile District, U.S. Army Corps of Engineers

Notice Date
7/26/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-16-R-0058
 
Archive Date
9/8/2016
 
Point of Contact
Allison Jones, Phone: 2516903442
 
E-Mail Address
sally.a.jones@usace.army.mil
(sally.a.jones@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Document Type: Pre-Solicitation Announcement Classification Code: C - Architect and Engineering Services Subject: Notice for an Indefinite Delivery Contract (IDC) for Single Award Task Order Contracts (SATOCs) for Architect and Engineering (AE) Services to Support the Water and Wastewater Technical Center of Expertise (TCX), Mobile District, U.S. Army Corps of Engineers. Solicitation Number: W91278-16-R-0058 Set-Aside Code: Partial Response Date: 07 September 2016 Place of Performance: U.S. Army Engineer District, Mobile 109 St. Joseph Street Mobile, AL 36602 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 Ms. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E Services are required for an IDC to provide a full range of comprehensive engineering services to Mobile District to support the Water and Wastewater Technical Center of Expertise (TCX). The contractor will be required to perform services in support of the Water and Wastewater Technical Center of Expertise (TCX) customers and projects as assigned to Mobile District. This announcement plans to issue one (1) Unrestricted ID/IQ, Single Award Task Order Contracts, up to two (2) Small Business ID/IQ contracts, each with a five year period of performance, under this solicitation. The Government may award less or more than its intent depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. The total capacity of all awards will be $10,000,000.00; $4,000,000.00 Unrestricted Shared Capacity and $6,000,000.00 Small Business Set-Aside Shared Capacity. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate proposal MUST be submitted for each category in which the firm wants consideration. 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. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation. Work under this contract will be subject to satisfactory negotiation of individual task orders. A firm fixed price contract will be negotiated. In the event there are no small businesses among the most highly qualified AE firms, the award capacity will go to the most highly qualified unrestricted firm(s). Likewise, in the event there are no Unrestricted AE firms among the most highly qualified AE firms, the award capacity will be shared among the small business AE firms. No one firm will receive more than one award. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding 3 fiscal years. All interested Unrestricted 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. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. PROJECT INFORMATION: A-E Services for this contract will be used to provide a full range of comprehensive engineering services to Mobile District to support the Water and Wastewater Technical Center of Expertise (TCX). Services and support provided under this contract will include, but are not limited to information and data gathering, interviewing and investigations, utility locations and GIS application; investigation and utilization of membranes for water and wastewater applications, water treatment processes and technologies, and wastewater treatment technologies; bench-top chemistry, and/or testing for biological nutrient reduction; bio-gas production and capture, bio-filter technology, odor reduction, sludge reduction and disposal technology implementation; energy reduction and optimization for water and wastewater applications; leak detection methodologies and leak location pinpointing; utilization of software for development and calibrating models of water and wastewater networks such as WaterGems, SewerCad, etc.; processing programs simulating chemical precipitation unit operations, wastewater treatment processes such as Bio-Win or other proven in-depth biological, chemical, and physical process modeling software; pumping systems and pumping stations to include water, wastewater, stormwater, and irrigation systems; "purple pipe" applications and reuse of treated wastewaters, wastewater reduction programs, water conservation, energy conservation, and best management practices (BMPs) for water and wastewater applications; conduct field reviews of district commands' execution of quality management and recommend necessary corrective actions when warranted; support all project phases including the Reconnaissance phase, Feasibility phase, Preconstruction engineering and design (PED) phase, Construction phase, and Operation, Maintenance, Repair, Replacement, and Rehabilitation phase; comply with environmental laws, such as but not limited to the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA), that require extensive Federal, state and public coordination to support the HTRW Program; Provide Civil Engineering products; provide Cost Engineering for projects, analyzing, capturing and conveying the assumptions associated with the greater probability of unforeseen conditions and contingencies; production rates are generally lower due to stringent health and safety requirements; and indirect costs and contractor risk are typically higher for HTRW projects; and Quality Control, Quality Assurance, Technical Assistance and Technical Review of engineering products. Projects will be predominantly within the continental United States but, can include areas outside the continental boundaries. Additional geographical areas include but are not limited to South and Central America, the Middle East, and other locations as may be assigned to the Mobile District. The capabilities of pool of A-E IDIQ contractors will provide timely and cost effective responses comprehensive engineering services to support the Water and Wastewater Technical Center of Expertise (TCX). 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. Criterion E is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure and certification numbers) where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Recent for this solicitation is within 5 years of the solicitation issuance date. Submit one (1) to two (2) resumes per Discipline, indicating which resume is the Contact Lead. The following disciplines with registrations are required: (1) Project Manager; (2) Environmental/Process Engineer with Professional Engineering Licensure; (3) Mechanical Process Engineer with Professional Engineering Licensure; (4) Civil Engineer with Professional Engineering Licensure; (5) Cost Estimator/Specialist/Engineer with Professional Engineering Licensure or Certified by a Professional Organization such as AACE, ASPE or equivalent; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Environmental/HTRW Engineer with Professional Engineering Licensure; (8) Geologist with Professional Geologist Licensure; (9) Structural Engineer with Professional Engineering Licensure; (10) Mechanical Engineer with Professional Engineering Licensure; (11) Archaeologist; (12) Economist; (13) Biologist; (14) Geochemist, (15) Water Chemist; (16) Electrical Engineer with Professional Engineering Licensure; (17) Corrosion Control Engineer NACE CP-4 with Professional Engineering Licensure; (18) Fire Protection Engineer with Professional Licensure. The professional qualification evaluation will consider education, registration, and overall relevant experience in the type of work required and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Additional resumes may be added to further explain proposed team members; however, only the disciplines requested in this solicitation will be evaluated. Each resume shall not exceed one page in length. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both not to exceed the past five (5) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have performed and completed a minimum of six (6) projects (either as the prime or subcontractor). Joint Venture submissions shall also provide a minimum of six (6) projects; however, if the JV does not have the minimum projects as a JV Offeror, then the Offeror may supplement with projects performed by the members of the JV in their individual capacities. Use no more than one (1) page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order issued under an ID/IQ is considered a single project. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name of key personnel, include the firm with whom 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. Seven (7) of the ten (10) projects shall specifically address the following areas of emphasis with DoD Services and other Federal Agencies: (1) Drinking Water Plants; (2) Domestic Wastewater Plants; (3) Industrial Wastewater Plants; (4) Groundwater Treatment Plants; (5) Network Piping Hydraulic Models for water systems; (6) Gravity Collection and Force Main Pumping Systems for Wastewater Utilities; (7) Comprehensive Condition Assessment Evaluations for Water and or Wastewater Utilities. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining three (3) projects can follow the area of emphasis projects. B. Specialized Experience and Technical Competence: In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Comprehensive Engineering Services from Feasibility Studies and Engineering Design through detailed Plans and Specifications for Water, Wastewater, and Civil Engineering projects, such as, Water Treatment Plants; Wastewater Treatment Plants; Pumping Stations; On-Site Wastewater Disposal Systems; Constructed Wetlands; Site Design; and Fire Pumping and Storage Systems; (2) Data Gathering and Evaluation Activities, such as, pilot plant design build and operate; Bench Top water and wastewater analysis; topographic surveying; collection and analysis of water and wastewater samples; leak detection and Inflow and Infiltration evaluations; Transient/Water Hammer Analysis; Preparing and submitting Environmental Water and Wastewater Permits; Water and Wastewater Hydraulic Systems Modeling; Water and Wastewater Quality Evaluations; (3) Cost Estimating to include specialized experience with quantity takeoffs, cost schedule risk analysis, MCACES, PACES, total project cost summaries, ROM abbreviated cost risk analysis, and other areas of cost estimating as required using the latest software; (4) Describe any supporting work in Central and South America including Spanish Speaking and/or translation capabilities; (5) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The Unrestricted firms shall demonstrate the capacity to accomplish at least three (3) $500,000 individual task orders simultaneously. The Small Business firms shall demonstrate the capacity to accomplish at least three (3) $150,000 individual task orders simultaneously. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. E. Geographic Proximity: Firms shall provide office location from which task orders shall be implemented. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work are invited to submit one (1) complete pdf on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-D, ATTN: Ms. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or earlier version. Proposals submitted on anything other than a CD or DVD will not be accepted. All firms responding to this solicitation MUST label the CD or DVD with their company name and solicitation number. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the words UNRESTRICTED or SMALL BUSINESS 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. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) as a JV. Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to include text, tables and figures. PART I OF THE SF 330 SHALL NOT EXCEED 45 PAGES FRONT SIDE ONLY. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. In Block G-26, along with the name, include the firm with which the person is associated. Pages shall be 8-1/2 inches by 11 inches. 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 folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Firms are also asked to submit one (1) completed and bound paper copy for record purposes only. Please do not submit proposal text with multi-column formatting. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 07 September 2016. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 12 September 2016. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications 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. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. 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 26 August 2016 at 2:00 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: W91278-16-R-0058. The Bidder Inquiry Key is: AI4VPS-TN4X66. 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. To verify your submittal has been delivered, you may e mail Ms. S. Allison Jones at: sally.a.jones@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/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-0058/listing.html)
 
Place of Performance
Address: Mobile District, Mobile, Alabama, 36602, United States
Zip Code: 36602
 
Record
SN04197124-W 20160728/160726235800-92a7181a0c8f8c83d446a9a8c019d5a8 (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.