Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
MODIFICATION

C -- IDC for Architect-Engineering Services for Navigation and Flood Damage Projects Including Coastal and Inland Storm Damage Reduction as well as Ecosystem Restoration and Mitigation Projects in New York District and North Atlantic Division Boundaries

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-AE-0006
 
Archive Date
7/22/2017
 
Point of Contact
Travis J Specht, Phone: 9177908177, ,
 
E-Mail Address
travis.j.specht@usace.army.mil, NYDcontracting@usace.army.mil
(travis.j.specht@usace.army.mil, NYDcontracting@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Indefinite Delivery Contract (IDC) C-212 (Small Business set-aside) for Architect-Engineering (A-E) Services for navigation and flood damage projects including coastal and inland storm damage reduction projects and ecosystem restoration and mitigation projects within New York District's boundaries and other Corps of Engineers locations within NAN/NAD boundaries. This contract is procured as a small business set-aside. The NAICS Code is 541330. The size standard is $15 million average annual receipts for preceding three fiscal years. The number one ranked small business firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $9,900,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum seed task order with a minimum value of $4,000 for the basic contract. The selected small business firm A-E firm will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1, Chapter 3-8 c which can be found at http//www.usace.army.mil/pablications/eng.pamphlets/ep715-1-7toc.htm. In particular, in order to be awarded a small business contract the concern will perform at least 51 percent of the cost of the contract incurred from personnel with its own employees. "Any subcontractor and outside associates or consultants required by the contractor (prime A-E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officer's written consent before making substitutions for these subcontractors, associates or consultants". If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award date: September 2017. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract will provide architect and engineering services for general investigations for navigation and flood damage projects including coastal and inland storm damage reduction projects and ecosystem restoration and mitigation projects. This includes, but is not limited to, preparation of studies, reports, design documents, plans, specifications, cost estimates; flood damage and benefit analysis; navigation design and procedures, channel designs, blasting and subsurface investigations, remote sensing, underwater drilling, geotechnical engineering and geophysical investigations; coastal engineering, shore protection, design and restoration improvements in fresh water, coastal and coastal inlets, including aerial photography, and project report preparations. The project area is primarily within the New York District boundaries and other Corps of Engineers locations within "NAD/MSC" boundaries. 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 selection criteria. Criteria f through h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: The firm is required to have the following specific design capabilities: a. Specialized experience and technical competence in: 1. Submit at least two (2) Example Projects in SF 330 Section F that demonstrates experience with the following project types: Experience with Navigation design which includes but is not limited to the following: Navigation procedures, deep draft and shallow draft navigation projects, and preparation of plans and specifications and construction support services for deep draft and shallow draft projects. Ship and port operations and design, channel design, subsurface investigations, remote sensing, underwater drilling, blasting and mechanical removal of rock (blasted and unblasted); and noise and vibration monitoring due to the dredging and blasting activities, dredged material disposal site investigations, analysis of potential sites, design of marine structures, feasibility studies, and design documents of deep draft and shallow draft projects. Working knowledge of geophysical methods suitable for identifying underground and underwater utilities (pipelines) or other structures as well as the ability to image them in detailed profiles, cross-sections and location maps. Demonstrated capabilities within the team to perform subsurface investigations, remote sensing, knowledge of underwater drilling, blasting, and mechanical removal of rock (blasted and un-blasted), dredged material disposal site investigations, siting analysis, dredgability of material and design of marine structures and noise and vibration monitoring due to the dredging and blasting activities. Demonstrated ability to integrate various geophysical, hydrographic and geological data to create profiles, cross-sections and maps of bedrock structure and sediment thickness (isopach) in a marine environment. Demonstrated knowledge of the detailed geology (Stratigraphy and Petrology) of the New York Metropolitan Area with specific emphasis on the sediments and rocks that occur along the navigation channels in the Port of New York and New Jersey. Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components. Ability to describe the lithology of core samples in detail and to document factors (i.e. fractures) that may determine if a rock formation and dredgeability without blasting or pre-treatment. Proven ability to supervise drill crew in acquiring standard penetration test data (SPT Borings) in a marine environment. Demonstrated experience in determining the dredgeability of material based on geophysical and geological properties. Demonstrate ability to perform technical design reviews of navigation type projects including dredging (both shallow and deep draft navigation projects, including dredging of channels and inlet protection structures). Demonstrated experience in quantifying dredge material based on disposal criteria. Demonstrated experience in channel design. Demonstrated experience of removal and replacement of existing utilities located in channels to include direct drilling and underwater inspection with a certified commercial diver with at least 1 year experience and CPR certification. **Projects completed prior to May 2010 will not be considered** 2. Submit at least three (3) Example Projects in SF 330 Section F that demonstrates experience with the following project types: Experience with Flood Damage Reduction design work which includes but is not limited to the following: levees, floodwalls, pump stations, closure structures, interior drainage, drainage structures, sluice gates, site investigation, geotechnical reports, borings (with laboratory analysis), aerial photography, topographic surveys, wetland delineation and mitigation, capability and experience to use specialized computer programs such as HEC-RAS, HEC-1, HEC-2, EAD,HEC-HMS preparation of contract drawings, technical specifications using SpecsIntact, design analyses and construction support services. **Projects completed prior to May 2010 will not be considered** 3. Submit at least two (2) Example Projects in SF 330 Section F that demonstrates experience with the following project types: Experience with shore protection projects related to but not limited to the following: design and restoration improvements in coastal and coastal inlet. This may include aerial photography, cross shore profiles, hydrographic and/or topographic surveys, deploying and servicing wave gages and other instrumentation, subsurface investigations and analyses, geotechnical and structural analysis, and/or storm damage surveys. Preparation of construction plans and specifications, development of coastal and environmental monitoring programs (for shore protection projects), environmental assessments/analyses, and construction support services. **Projects completed prior to May 2010 will not be considered** 4. Submit at least three (3) Example Projects in SF 330 Section F that demonstrate experience with the following project types: Demonstrate experience in ecosystem restoration and mitigation, which includes but is not limited to the design of tidal and fresh water wetlands. The A/E shall demonstrate competence in appropriate data collection and processing methods, including but not limited to the deployment and monitoring of tide and other gauges; the collection and processing of tide data to determine local tidal means; the development of a water budget, the collection of bio- benchmarking data; the development of hydrologic and hydraulic (H&H) analysis; the evaluation of planned wetlands (EPW) analysis. The A/E shall demonstrate competence in developing designs and specifications for ecosystem restoration and mitigation projects, including but not limited to establishing appropriate design elevations for proposed vegetation communities, plant species selection, construction schedule and sequencing, construction support services and develop a post-construction monitoring plan, using CORP approved CADD and design software. **Projects completed prior to May 2010 will not be considered** 5. Ability to prepare CADD drawings in the latest versions of Microstation and/or Inroads, ability to prepare data with the latest Corps Guidelines For Acquiring Geospatial Data (CADD, GIS,CAFM) System and the New York District CADD standards (http://www.nan.usace.army.mil/business/buslinks/contract/ae/index.htm) 6. Indicate ability to use Dr. Checks review system. 7. Demonstrated the ability to provide a QA/QC plan indicating how the prime contractor plans to manage their team to ensure that quality products are delivered to the New York District 8. Demonstrated the ability to produce quality designs. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. The basis for the evaluation will be the information in Section H of the SF 330. 9. The firm shall demonstrate how cost estimating procedures are included in the development of the design and how market conditions are included in the construction cost estimate. The cost estimator and/or the subcontractor should demonstrate familiarity with MII version 4.3 Build 5 and CEDEP as well as the changing dynamics of the current construction market in the Tri-state New York Area. The basis for the evaluation will be the information in Sections E, F and H of the SF 330. 10. Demonstrated capability to produce multiple task orders simultaneously 11. Plans and Specifications in Electronic Bid Solicitation (EBS) format. b. Must have qualified professional personnel in the following key disciplines: NOTE: resumes must be provided for each discipline. (1) Project Manager (P.E. license/registered required) (2) QA/QC Specialist (P.E. license/registered required) (3) Structural Engineering (P.E. license/registered required) (4) Civil Engineering (P.E. license/registered required) (5) Mechanical Engineering (P.E. license/registered required) (6) Electrical Engineering (P.E. license/registered required) (7) Hydraulic/Hydrologic Engineer (P.E. license/registered required) (8) Coastal Engineering (P.E. license/registered required) (9) Cost Engineering (P.E. license/registered required) (10) Geotechnical Engineering (P.E. license/registered required) (11) Land Surveyor (P.E. license/registered required) (12) Biologist (13) Ecologist/Environmental Scientist (14) Geologist/Hydrogeologist (15) Architecture (Registered Architect required) (16) Environmental Engineering (17) Soil scientist (18) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (19) Certified Commercial Diver (20) HTRW Specialist (21) Real Estate Specialist (22) Draftsperson/CADD Operator (23) Technical Writer The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. c. Past Performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of NY District boundaries. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection criteria: f. Geographic Proximity in relation to NY District boundaries. g. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions. and firms that have not had prior DOD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies and one (1) CD copy in PDF format of a comprehensive SF 330 (08/2016 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded in a.pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's CPARS number in Block H, SF 330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF 330 is posted on the NY District USACE website: http://www.nan.usace.army.mil/BusinessWithUs/EngineeringDivision.aspx. Submit the completed SF330's to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Mr. Stephen DiBari, P.E. CENAN EN M. 917-790- 8384. Submittals will not be accepted after 2:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For questions regarding this contract, contact at 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-AE-0006/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN04559042-W 20170629/170627235223-de178c60ffae946a2bcb90d792871119 (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.