Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

C -- IDIC (up to (4)) for Muti-Discipline A-E Services supporting Baltimore District Corps of Engineers at the Washington Aqueduct Division

Notice Date
8/12/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-16-R-0008
 
Archive Date
9/28/2016
 
Point of Contact
Mark Cap, Phone: 4438532061, Linda Evans,
 
E-Mail Address
mark.cap@usace.army.mil, Linda.Evans@usace.army.mil
(mark.cap@usace.army.mil, Linda.Evans@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The proposed procurement is for four (4) Firm Fixed Price Indefinite Delivery Indefinite Quantity contracts which includes up to two (2) Unrestricted and two (2) Small Business set aside awards Single Award Task Order Contract (SATOC). NAICS Code: 541330, Size Standard is $15.0M. The Government's intent is select up to four firms as a result of this advertisement. Two firms will be selected based on full and open (unrestricted) competition, with a capacity of $4M for each Unrestricted award. Two awards will be made based on a Set Aside for Small Business Concerns, with a capacity of $2.5M for each Small Business award. A maximum of Four (4) Indefinite Delivery Indefinite Quantity (IDIQ) Contracts will be awarded in support of the U.S. Army Corps of Engineers Baltimore District at the Washington Aqueduct Division (WAD). In addition, if available, contract capacity can also be used throughout the Baltimore District in areas within its military and civil works geographic boundaries. Individual projects will be issued by negotiated Fixed-Price task orders. The firm must be capable of responding to and working on multiple task orders concurrently. If the selected firm is a large business concern, the business must comply with 52.219-9 Small Business Subcontracting Plan and submit a subcontracting plan with the final fee. The subcontracting goals for the Baltimore District which will be considered in negotiations of this contract are Small Business 40%, Small Disadvantaged Business 3%, Woman Owned Small Business 7%, Hub Zone Small Business 1%, Veteran Owned Small Business 2% and Serviced Disabled Veteran Owned Small Business 3%. The plan is not required in response to this synopsis, but will be required with the fee proposal of the firms selected for negotiations. To be eligible for contract award, a firm must be registered in the System Awards Management (SAM). 2. PROJECT INFORMATION: WAD's mission is to produce safe, reliable and cost effective drinking water for approximately one million citizens living, working and visiting the District of Columbia, Arlington County, and the City of Falls Church, Virginia. WAD is a federally owned and operated public water supply agency that produces an average of 180 million gallons of water per day at two treatment plants located in the District of Columbia. The contracts will be used for a broad range of A/E Services as defined in 40 U.S.C. 1102(2) and FAR 2.101, to include studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operation and maintenance manuals, and other related services. Typical projects may include renovations to facilities, new construction, alterations to the treatment plant, etc. In general, projects may involve drinking water quality and treatment technology in all aspects of water treatment including, but not limited to: source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; and infrastructure. Also, environmental compliance in support of projects will include, but not limited to, National Environmental Policy Act (NEPA), Emergency Planning and Community Right-to-Know Act (EPCRA), Clean Air Act (CAA), Clean Water Act (CWA), Historic Preservation, U.S. Environmental Protection Agency (USEPA) Standards, DC Department of the Environment Standards and Maryland Department of Environment (MDE) Standards. Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. 3. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance: Primary Selection Criteria: The firm must demonstrate specialized experience and technical competence in: (1) Expertise in water treatment technologies; (2) Preparation and development of engineering studies, design and construction documents for capital projects; (3) Design of renovations to existing facilities and new construction of various types and sizes related to water treatment plants (WTP) and their appurtenant facilities; (4) Experience with multiple task order contracts and ability to handle multiple task orders simultaneously, within the required time and the project budget; (5) Application of construction cost controls through appropriate design and construction techniques on complex projects (6) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; (7) Coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, and the Commission of Fine Arts; (8) Experience with environmental compliance, and in particular the preparation of NEPA documents; (9) Experience with the preparation of environmental documents related to water treatment facilities, including Clean Air Act, Clean Water Act, asbestos and lead paint surveys; (10) Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction; (11) Experience with energy management investigations and analysis; (12) Experience with storm water management and erosion and sedimentation control in Maryland and the District of Columbia; (13) Topographic surveys, soil surveys, and subsurface exploration including associated testing; (14) Ability to obtain all necessary permits, and (15) competency in Supervisory Control and Instrumentation Design (SCADA), Building Information Modeling/Civil Information Modeling (BIM/CIM), Geographical Information Systems (GIS); and Computer Aided Drafting and Scanning. The firm must have either in-house, or through consultants, personnel with expertise in the following key disciplines: Project management, water treatment technology, water rate analysis, asset management, facility security, power systems engineering, SCADA engineering, forensic engineering, visualization technology, architecture, civil engineering, electrical engineering, communications and related systems engineering, structural engineering, mechanical engineering, process engineering, geotechnical engineering, energy engineering, cost estimating, landscape architecture, industrial hygiene, GIS, building information modeling (BIM), civil Information modeling (CIM), computerized maintenance management system (CMMS) and technical communications. The evaluation of these disciplines will consider education, training, overall and relevant experience, and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers. In particular, the firm must have registered and licensed personnel in the following disciplines: industrial hygienist must be a registered CIH (certified industrial hygienist), architects must be registered, and engineers(civil engineering, electrical engineering, communications engineering, structural engineering, mechanical engineering, geotechnical engineering, cost estimating, must be a registered professional engineer in their respective disciplines. The technical communicator shall have an Expert-level Professional Certification from the Society for Technical Communication (STC). The CMMS specialist shall have a minimum of 1 year experience with IBM Maximo Asset Management system, and 3 years of experience with processing handover facility data to meet the COBie (Construction Operations Building Information Exchange) specification. Note: Failure to address each of the aforementioned criteria may be reason for non- advancement. Secondary Selection Criteria for the Unrestricted Awards The Small Business Participation Plan (SBPP) will be a secondary criterion and will be evaluated in accordance EP-715-1-7. The extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), HUBZONE, SDVOSBs, Veteran Owned Business (VOSB) and Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WOSB, SDVSOB, VOSB, HUBZONE, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. As a secondary criterion, this will not be applied by a pre-selection board, and will only be used by a selection board as a "tie-breaker," if necessary, in ranking the most highly qualified firms. All A/E firms responding to the synopsis shall be required to submit a separate SBPP proposing participation goals using their best effort. Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address; management approach, team organization, professional registration, quality control procedures, cost controls, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. 4. SUBMISSION REQUIREMENTS: Interested firms having commensurate capabilities to perform this work must submit the SF 330 for the prime and joint venture(s). The SF 330 must be submitted for each consultant to the address below, no later than 12:00PM Eastern Time, September 13, 2016. Submit responses to the attention of Mr. Mark Cap, at U.S. Army Corps of Engineers, Baltimore District, Contracting Division-Room 7000, 10 South Howard Street, Baltimore, MD 21201. Four (4) copies of the SF 330 submissions are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 11 point. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different Central Contractor Registration (CCR) records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. This synopsis constitutes public notice as outlined by FAR Part 5.2; no additional public advertisement will be issued. No additional project information will be given to firms during the announcement period. This notice is a request for SF330 submittals, per details stated within, and is not a request for a price proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-R-0008/listing.html)
 
Place of Performance
Address: Washington Aqueduct, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN04221982-W 20160814/160812234950-8b33c991f41d1f1ba1808f3bb096f09d (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.