Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOLICITATION NOTICE

C -- Engineering Services For Inspection and Design

Notice Date
12/6/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-R-0004
 
Archive Date
2/13/2017
 
Point of Contact
Nadine Catania, Phone: 4029952056
 
E-Mail Address
nadine.l.catania@usace.army.mil
(nadine.l.catania@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The A-E services to be provided shall be in support of the Petroleum, Oil and Lubricants Mandatory Center of Expertise (POL-MCX), Omaha District, Northwestern Division, US Army Corps of Engineers. The services will generally consist of the execution of studies, inspections, assessments, designs, planning and programing efforts, construction phase services, training and other technical support primarily for military POL fueling systems to include, but not limited to, fuel storage complexes, fuel distribution systems, support facilities, and associated structures, features and elements. The noted services may also be performed on non-military POL fueling systems. Target six (6) total indefinite delivery indefinite quantity (IDIQ) contracts with the target of at least three (3) of the six (6) being small businesses to be negotiated and awarded, with a five year ordering period and $49,900,000 in shared capacity. There will be a $2,500 task order minimum, and task order maximums will be limited to the amount of available remaining contract capacity. Work will be issued by negotiated firm-fixed-price task orders. The contractor will furnish all services, materials, supplies, and supervision required to fully complete each task order. Task orders for military construction design services below $400,000 will be awarded to a small business within the MATOC using the ordering procedures listed below. Task orders for military construction design services above $400,000 can be awarded to a small business or an other-than-small business within the MATOC using the ordering procedures listed below. The ordering procedures for design services will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, professional qualifications necessary for satisfactory performance of required services, uniquely specialized experience and technical competence in the type of work required, and equitable distribution of work among the contractors. Project locations are worldwide but will be concentrated in the continental U.S., Alaska, Hawaii, and its territories. Future OCONUS performance locations may include, but is not limited to, the Far East, the Middle East, and Europe. North American Industrial Classification System code is 541330, Engineering Services, which has a size standard of $15,000,000 in annual average gross receipts over the past three years. This announcement is open to both Small and Other than Small (OTS) service providers. Both Small and OTS Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Award of the six (6) unrestricted IDIQs with a target of at least three (3) of the six (6) being small businesses is anticipated between February and April 2017. To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. Ensure representations and certifications in SAM are current. PROJECT INFORMATION: A-E services are required for development of studies, inspections, assessments, designs, requests-for-proposals, construction contract documents, planning and programing efforts, construction phase services, training and other technical support primarily for military POL fueling systems projects such as fuel storage complexes, fuel distribution systems, support facilities, and associated structures, features and elements. All services provided and products developed will be in accordance with applicable standards and regulations (e.g., Unified Facility Criteria, USACE Engineering Regulations and Manuals, American Petroleum Institute, Steel Tank Institute, National Fire Protection Association, Department of Defense Fuel Standards). Design services include, but are not limited to, projects consisting of design for new, additions to, and upgrade of POL facilities such as above ground storage tanks; hydrant fuel distribution systems including pumps, valves, hydrant and filter separators; bulk storage systems, transfer pump houses, controls; POL related structures and infrastructure required for housing, fuels laboratories, operation and protection from the environment. Projects will also include infrastructure design for POL facility-related site utilities, site planning, aircraft parking aprons (pavement design), fuel pits, fill stands, and load and off-load facilities. Design related tasks include, but are not limited to, preparation of plans, drawings, specifications, technical analysis, modeling and reports. Sustainable designs will incorporate environmental stewardship; energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe and productive work environments. Design review comments and their responses will be performed on US Army Corps of Engineers Review Management System ProjNet/Dr-Checks. Building Information Modeling (BIM) or traditional Computer Aided Drafting and Design (CAD) may be used for projects under this solicitation. BIM products shall be produced and delivered in the current version of the Bentley BIM (DGN), Autodesk Revit BIM (RVT)/Civil 3D (DWG) and/or with Imodels files as specified in each task order. Traditional CAD deliverables, if required for individual task orders, shall include Microstation (DGN) or AutoCAD (DWG) files. The AE shall use the latest version of the A/E/C CAD Standard and the latest workspace and templates. Specifications will be developed and edited using the SpecsIntact automated specification processing system using Unified Facilities Guide Specifications (UFGS). Cost estimating services may include, but are not limited to, development of cost estimates for program and planning, design, repair, maintenance, and/or for construction contract efforts. Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. Programming and Planning services include, but are not limited to, facility master planning, public works real property master planning, facility allowance analysis, requirements documents, MILCON DD Form 1391 development and other programming level analysis. Construction phase support services may include, but are not be limited to, participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; review of contractor's request for information; participation in site visits and development of inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals. Inspections and assessments include, but are not be limited to, inspections of cut-and-cover tanks, above and below ground fuel storage tank, piping and pumps, pressure vessels, hydrant systems, POL laboratories, and associated structures and infrastructure in support of POL and fueling system facilities. Inspections assess current condition; identify current and potential deficiencies; maintenance or repair issues; impacts and/or contingency options for demolition/removal of existing tanks, pumps, fueling pipe and systems; provide recommendations and associated cost estimates. Antiterrorism and Force Protection (AT/FP) - Integration of current Antiterrorism and Force Protection (AT/FP) measures will be required on all military design projects. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. Criteria a through e are primary. Criteria f & g are secondary and will only be used as tiebreakers between technically equal firms. a. Specialized Experience and Technical Competence. Provide examples of not more than 10 completed projects that best demonstrate the specialized experience and technical competence of the firm and significant subcontractors working together with the firm to execute the types of projects and activities as indicated in the Project Information section listed above and in the bulleted items below. The firm must demonstrate how the past performance information is relevant to the proposed contract. Only relatable experience that has occurred in the last five years from the date of this announcement should be included and projects that were substantially executed within the last five years will be evaluated more favorably than those that have not. All projects cited must identify start/complete dates, size (cost and scope), and the work performed by the prime and subcontractors. Projects where the prime performed the majority of the work with in-house forces will be evaluated more favorably than projects performed predominantly by subcontractors. If more than 10 projects are submitted, only the first 10 projects listed in the proposal will be evaluated. IDIQ contracts, where numerous task orders are listed together, are not acceptable as projects. Rather each task order would be considered a project. Example projects are limited to no more than 2 pages per project. (SF 330, Part I, Section F) • Experience in design of MILCON fueling systems projects. • Experience in the design of new, additions to, and upgrade of POL facilities including, but not limited to: above ground storage tanks; hydrant fuel distribution systems including pumps, valves, hydrants, and filter separators, bulk storage systems, transfer pump houses, and control systems; buildings including pump houses, petroleum operations buildings, fuel truck maintenance buildings, and generator buildings. • Experience in the design of infrastructure for POL facility-related site utilities, site planning, aircraft parking aprons, fuel pits, off-load facilities, fill stands, and associated infrastructure. • Experience in the design of specialized facility-related special designs including cathodic protection, fire protection, NATO cut-and-cover tanks, fuel storage tank inspection, underground storage tank removal/replacement, and special coatings and paints. • Experience in the inspection of fueling systems to identify and validate deficiencies, propose corrective actions, develop SOW and cost estimates. • Experience preparing design-build request for proposals (RFP's) • Experience in compliance with State and Federal environmental laws and regulations. • Experience with USACE design guidance, Department of Defense Fuels Standards, Unified Facility Criteria documents, engineer technical letters (ETL's), NATO and other military design criteria documents. • Experience with implementation of Department of Defense AT/FP design criteria and construction standards. • Experience preparing specifications using SpecsIntact software. • Experience preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. • Experience providing construction phase services. • Experience in the use of CAD and BIM • Provide certifications and ability to complete multiple API 653 (AST), API 570 (piping), API 510 (pressure vessel), Steel Tank Institute (STI) SP001, NDE/T techniques, NACE coatings, and Certified Welding Inspection (CWI). b. Professional Personnel Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience for key management and technical personnel in providing services similar to those identified above for this contract. Evaluation of professional qualifications will consider education, training, professional registrations, relevant design experience, recency of design experience, and longevity with the firm. Experience in the discipline in which he/she will be working will be identified. Any past design and/or planning experience on USACE military projects should be identified. Key personnel with experience in design of military POL facilities will be evaluated more favorably. Resumes of technical personnel demonstrating direct input on project instead of supervisory/managerial positions will be evaluated more favorably. (SF 330, Part I, Sections E & G) • Provide resumes for a minimum of one (1) project manager (team leader) with at least 10 years of experience as a project manager with relatable projects, registered in the U.S. as a professional engineer. • Provide resumes for a minimum of one (1) architect with at least 5 years of experience on relatable projects, one registered architect in the U.S. • Provide resumes for a minimum of two (2) civil engineers with at least 5 years of experience on relatable projects, both registered in the U.S. as professional engineers. • Provide resume for a minimum of one (1) cost engineer/estimator with at least 5 years of experience on relatable projects. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC) or holds a comparable certification. • Provide resumes for a minimum of two (2) electrical engineers with at least 5 years of experience on relatable projects, both registered in the U.S. as professional engineers. • Provide resumes for a minimum of one (1) foundation/geotechnical engineer with at least 5 years of experience on relatable projects, registered in the U.S. as a professional engineer. • Provide resumes for a minimum of two (2) mechanical engineers with at least 5 years of experience on relatable projects, both registered in the U.S. as professional engineers. • Provide resumes for a minimum of two (2) structural engineers with at least 5 years of experience on relatable projects, registered in the U.S. as a professional engineer. c. Capacity: Capacity is the ability to complete task orders within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish at least three task orders annually with an aggregate value of $1,000,000. This is in addition to the exiting workload being performed by the firm. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1) A proposed Management Plan shall be presented that articulates how efforts under this contract will be executed and will include an organization chart and addresses team organization related to this contract, any anticipated subcontractors or entities to supplement the project team, quality management (QA/QC) procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their identified subcontract consultants. The SF 330 shall clearly indicate the offices where the work will be performed and the staffing to be utilized for this contract at these offices (SF 330, Part I, Section H, Item 1) As indicated above, a quality management (QA/QC) process will be included. The plan will identify the quality processes and procedures that will be implemented by the AE to insure high quality products and services and that designs are biddable, constructible, and operable and meet environmental laws and regulations. (SF 330, Part I, Section H, Item 1) d. Past performance: Past performance on DoD and other contracts performing work similar in size and scope as described in the PROJECT INFORMATION section listed above, with respect to the quality of work, compliance with performance schedules, and overall performance rating as determined by CPARS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.) e. Knowledge of Locality: Submittals shall demonstrate knowledge of performing the type of projects and activities as described in the PROJECT INFORMATION section listed above for the multiple locations and various military installations both CONUS and OCONUS. The localized knowledge includes demonstration of working with multiple agencies and other stakeholders to execute fueling projects. Secondary Criteria: f. SB/SDB Participation: Both Small Business and OTSB Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors shall propose their best efforts when projecting the level of participation of Small Businesses (as a Small Business prime and/or Small Business subcontractors) for the anticipated performance of this contract. Large Business primes may achieve the Small Business participation through subcontracting to Small Business. Subcontracting Plans will be required from the Large Business primes during the negotiations of the IDIQ. Small Business primes may achieve Small Business participation through their own performance/participation as a prime and through subcontracting to other Small Businesses. (SF 330, Part I, Section H, Item 4). g. Volume of DoD Contract Awards: Volume of DOD contract awards in the last 12 months. (SF 330, Part I, Section H, Item 4) SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit seven (7) copies, each containing Parts I and II of the SF 330 information. Submittal packages must also include two (2) CDs containing a complete copy of the submittal (an SF 330 part 1 + SF 330 part II for the prime firm and all consultants/subcontractors), as a single.PDF file. Each hard copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 100 pages. Any pages past the 100th page will not be considered during the evaluation. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. A page is one side of a sheet, 8-1/2 by 11. 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 SF 330 at the proper location, and counted as 2 pages, though the organization chart can count as one page if on an 11 inch by 17 inch page. All fonts shall be at least 10 pitch or larger. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature, content beyond 100 pages, and other extraneous materials are not desired and will not be considered during the evaluation. Sections E and G of SF 330 Part I must include only individuals anticipated to perform the work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than 2 pages per project and no more than 1 page per resume. When listing projects in SF 330 Part 1, a task order executed under an IDIQ contract is considered a project; an overall IDIQ with multiple task orders is not considered a project. b. Include the firm's DUNS number with the firm's name on the SF330, Part I, Block B, 5, for EACH TEAM MEMBER. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF 330, Part I, Block C, provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information: (1) Item 1 - Management Plan: Include the information requested in Paragraph c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph c above. Provide a 1-2 page narrative discussing the capacity of the firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. (3) Item 3- Volume of DOD A-E contracts within the last 12 months Reference Paragraph g above. Provide a complete listing of all DOD A-E projects awarded and options exercised within the last 12 months. For IDIQs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDIQs. For all types of contracts, do not include for consideration options that have not been exercised. (4) Item 4- Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort. Submittal should also include a) - f) below: a) Identify if you (Prime offeror) are a Small Business or Other-than-Small Business. b) If a Small Business, also identify which Small Business Community (SBC) categories, if any, you belong to (i.e. SDB, WOSB, HUBZone, VOSB, SDVOSB, HBCU/MIs). c) Provide overall percentage (%) of total acquisition value planned to be subcontracted to SBC members. d) Provide TOTAL planned subcontracted dollar amount ($), and its corresponding percentage (%) as a percent of total acquisition value, to ALL business types (both to SBC members and other-than-small businesses combined). e) Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item d) above that is planned to go separately to SBC members and other-than-small businesses. f) Provide percentage (%) of planned subcontracted dollars to each SBC category. Note that this is NOT the detailed subcontracting plan that would be required from a selected large business concern. NOTE for a) - f) above: SBC members submitting as Prime offerors may count the work it intends to self-perform toward small business participation objectives. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted. d. Contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. e. 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 6 January 2017 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 inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-17-R-0004 The Bidder Inquiry Key is: Y8Z833-R6846R Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in 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. f. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: Nadine Catania, Solicitation Number W9128F-17-R-0004. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 08/2016 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-R-0004/listing.html)
 
Record
SN04344404-W 20161208/161206235202-f157859da5ece6bb9ac504a6557b2ba2 (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.