Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
MODIFICATION

C -- IDC AE Contract for Engr, Design and CPS Services for H&H Engr with SWD Boundaries

Notice Date
10/2/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV17R0037
 
Point of Contact
Diane Cianci, Phone: 9186697458
 
E-Mail Address
diane.cianci@usace.army.mil
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopis is for "unrestricted" procurement. IDC A-E Contract for Engineering, Design and Construction Phase Services for Hydrologic and Hydraulic Engineering, Design Modeling, and Manual, Development Services for SWD Bound- aries 1. CONTRACT INFORMATION: General: This A-E Services Contract is being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to small businesses. This announcement is set-aside as "Unrestricted". The contract is anticipated to be awarded about November 2017. It is anticipated that more than one contract will be awarded from this announcement for an estimated total amount of $9,500,000 and will have a 3-year base period and one 2-year option period. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Tulsa District. a. Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the System for Award Management (SAMS) database. Register via the SAMS internet site at http://www.sam.gov. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. c. Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Southwestern (SWD) Boundaries. Task Orders under the resultant IDIQ contract may be awarded for projects in the geographic area of Southwestern Division (SWD) Boundaries. 2. PROJECT INFORMATION: General required services consist of performing hydrologic and hydraulic engineering/design and related software development to support the USACE civil works mission, studies, operation of multi-purpose projects, execution of the flood risk management mission, as well as national initiatives, international, & interagency support. Services will consist of the following: Hydrologic and Hydraulic Engineering Design, Modeling, and Analysis Provide full development of hydrologic and hydraulic computer models for both real-time and period-of-record applications, all GIS based models will be SDSFIE compliant, will include review, testing, calibration, analyses, optimization, and report generation, may include use of GeoRAS, HEC-RAS steady flow, HEC-RAS unsteady flow, FLO-2D, FLOW-3D, HEC-MetVue, GeoHMS, HEC-HMS, HEC-ResSim, Riverware, HEC-FIA, HEC-SSP, HEC-DSS, ESRI ArcGIS; development of rating curves, inundation maps, hydrologic data for period-of-record, PMP, PMF, and depth-area-duration curves; analysis and/or design of hydraulic structures related to outlet works, spillways, or other drainage structures; development of FEMA requirements for LOMA and LOMR-F. Hydrologic and Hydraulic Engineering Manual Development Provide manual development for Water Control Manuals and Drought Contingency Plans in accordance with applicable USACE engineering regulations which will include updating text, charts, graphs, maps, and plates and will require data development and statistical analyses. River Systems/Master Water Control Manuals & Reservoir Water Reallocation Studies For river system water control manuals plans (master plan) and reservoir water reallocation studies, provide all manual/study development, H&H modeling, environmental assessments (NEPA requirements) and study reports in accordance with applicable USACE engineering and federal, state, and local environmental regulations which will include updating text, charts, graphs, maps, and plates and will require data development and statistical analyses. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(f) are primary criteria; item (g) is secondary and is used as a tie-breaker among technically equal firms. (a) Experience. Recent (past 8 years) specialized experience and technical competence in: (1) manual development for flood control/drought/water management (2) hydrologic and hydraulic engineering design/modeling/analysis and (3) master water control manuals/water storage reallocation studies (4) and USACE H&H software experience to include HMS, RESSIM, HECRAS, HECFIA, Riverware, CWMS, MetVue and GIS Arcview capabilities. The criteria will include a review of projects submitted to determine experience as well as working with cost limitations and quality management, particularly with respect to coordination between engineering disciplines and subcontractors. (Ensure that all experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330). (b) Technical Approach. Knowledge and understanding of: hydrologic and hydraulic computer models for both real-time and period-of-record applications; GIS based models; steady flow and unsteady flow modeling; Hydrologic Engineering Center (HEC) suite of programs used in USACE water management; precipitation processing/meteorological capabilities for storm development/analysis and creation of input data for hydrologic and hydraulic models; analysis and/or design of hydraulic structures related to outlet works, spillways, or other drainage structures to determine such things as cavitation, full column flow velocities, etc.; USACE Water Control Manuals, Master River Water Control Manuals, Reservoir Water Reallocation Studies, and Drought Contingency Plans and the applicable data required for their development, programming for the Corps Water Management System (CWMS) and hydraulic and hydrology applications; preparing design documents; providing user support. (c) Professional Capabilities. The criteria will include a review of proposed personnel in the following key disciplines: Civil Engineering, Water Resources Engineering, Hydrology, Hydraulic Engineering, Environmental Assessment (NEPA), and Project Management. Particular focus will be on the qualifications of personnel showing a significant role in the firm's specialized experience and technical approach submitted for items (a)-(b) above. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. (d) Past Performance. Includes performance on DoD and other contracts in terms of quality of work, compliance with delivery schedules, history of working relationships with consultants, technical support, cost control, and overall cooperativeness and responsiveness. (e) Sufficient Capacity to provide personnel to work on multiple task orders simultaneously. Anticipate number of personnel needed could range from 15 to 30 at any given time, depending on the workload. The criteria will include a review of project specific narrative indicating the extent to which the A- E firm has proven their ability to work on multiple projects, large scale projects, complex projects, and the availability of an adequate number of personnel in key disciplines. (f) Location with SWD. The criteria will include A/E firms that have their main offices/headquarters within the Southwestern Division boundaries as well as personnel shown on the submitted SF 330's working within offices located in the Southwestern Division boundaries. (g) Small Business Participation. The extent of participation of Small Businesses and other Socio- Economically Disadvantaged Small Businesses or Entities will be measured as a percentage of the total anticipated contract effort regardless of whether the Small Business or other Socio-Economically Disadvantaged Small Business or Entity is a prime contractor, subcontractor, or joint venture partner. Both large and small businesses will be required to submit a Small Business Participation Plan under the unrestricted solicitation, which is an evaluation factor in the Source Selection process. Market research, based on the nature and location of the work is required to determine optimal percentage of total contract dollars planned to be performed by small businesses, however, the expected minimum participation goals are listed in the evaluation criteria below. Small business participation is the collective small business participation from any type of small business or sub-category small business. Work self-performed by a small business prime offeror will be credited as Small Business Participation. The government will evaluate the proposals to determine which offeror(s) propose the best value in terms of meeting all the Small Business Participation goals using the following criteria: (a) The extent of participation of small business prime offerors and small business subcontractors in terms of the percentage of the value of the total acquisition. The mandatory minimum goals for Small Business participation is 10% of total contract dollars (aggregate of all small businesses participation including the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs). The following are non-mandatory suggested goals which should be determined through market research: 1. Small Disadvantaged Business (SDB) 5% of total contract dollars. 2. Women-Owned Small Business (WOSB) 5% of total contract dollars. 3. Service-Disabled Veteran-Owned Small Business (SDVOSB) 3% of total contract dollars. 4. Historically Underutilized Business Zone (HUBZone) 3% of total contract dollars. (b)The extent to which such firms, as defined in FAR Part 19, are specifically identified in proposals; (c) The extent of commitment to use such firms (existing and enforceable commitments will be considered more favorably than business relationships that are simply planned or theoretical); (d) Identification of the complexity and variety of the work specific small firms are to perform; All Offerors (both large and small businesses) are required to complete the following Small Business Participation Plan Form and submit with their proposal. This form will be the primary source of data used to evaluate the Small Business Participation factor. Offeror's market research and small business participation analysis in accordance with the evaluation criteria listed in the previous paragraphs should be reflected on this form. SMALL BUSINESS PARTICIPATION PLAN FORM (a) Check the applicable size and categories for the PRIME offeror only -- Check all applicable boxes: { } Large Prime { } Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) or { } Small Business Prime; also categorized as a { } Small Disadvantaged Business (SDB) { } Woman-Owned Small Business (WOSB) { } Historically Underutilized Zone (HUB Zone) Small Business { } Veteran Owned Small Business (VOSB) { } Service Disabled Veteran Owned Small Business (SDVOSB) (b) Submit the total combined percentage of work to be performed by both large and small businesses (include the percentage of work to be performed both by Prime and Subcontractors): Example: If Prime proposes a price of $1,000,000 (including all options), and small business(es) will provide $250,000 in services/supplies as a prime or subcontractor, the % planned for small businesses is 25%; and 75% for large business equaling 100%. Total Percentage planned for Large Business(es) _______% or $ _______ Total Percentage planned for Small Business(es) _______% or $ _______ _______% Total tiny_mce_marker_______ Must =100% Must = Total Value of the Contract (c) Please indicate the total percentage and/or total dollars of participation to be performed by each type of subcategory small business. The percentage of work performed by Small Businesses that qualify in multiple small business categories may be counted in each category: Example: Victory Prop Mgt (WOSB and SDVOSB) performing 2%; and Williams Group (SDB, HubZone Small Business and WOSB) performing 3%. Results equate to: SDB 3%; HubZone 3%; WOSB 5%; SDVOSB 2%; VOSB 2%;). SDVOSBs are also VOSBs automatically; however VOSBs are not automatically SDVOSBs. Small Disadvantaged Business _______% or $ _______ HUB Zone Small Business _______% or $ _______ Woman Owned Small Business _______% or $ _______ Service Disabled Veteran Owned SB _______% or $ _______ Veteran Owned Small Business _______% or $ _______ HBCU /MI _______% or $ _______ (d) List principle supplies/services to be performed by Small Businesses: Example: If a Small Business qualifies also as a WOSB and a SDVOSB, and you can add them to each category below in which they qualify. Name of Company Type of Service/Supply Small Business (SB): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Small Disadvantaged Business (SDB): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Women-Owned Small Business (WOSB): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Historically Underutilized Business Zone (HUB Zone): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Veteran Owned Small Business (VOSB): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Service Disabled Veteran Owned Small Business (SDVO): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ Historically Black Colleges and Universities and Minority Institutions (HBCU/MI): ____________________ ___________________________ ____________________ ___________________________ ____________________ ___________________________ (e) Describe the extent of commitment to use small businesses (for example, what types of commitments if any, are in place for this specific acquisition either - small business prime, written contract, verbal, enforceable, non-enforceable, joint venturing, mentor-protégé, etc.) ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Additional Important Note for Other than U.S. Small Businesses ONLY. IAW FAR 52.219-9, if a large business is selected for a contract it must submit acceptable subcontracting plans to be eligible for award. Those firms required to submit subcontracting plans are expected to conduct market research to determine appropriate subcontracting goals. A subcontracting plan is separate from the Small Business Participation plan and must meet the requirements of FAR 52.219-9 and DFARS 252.219-7003 (or DFARS 252.219-7004 if the offeror has a comprehensive subcontracting plan). SUBCONTRACTING PLANS SHALL REFLECT AND BE CONSISTENT WITH THE TOTAL CONTRACT DOLLAR COMMITMENTS OFFERED IN THE SMALL BUSINESS PARTICIPATION PLAN (i) Ample opportunity will exist for subcontracting with all types of small businesses including SDB, WOSB, HZ, and SDVOSB firms. By providing subcontracting opportunities to small business, the large businesses both formally and informally mentor these businesses by helping them gain experience and increase their ability to perform at a higher level. This in turn helps the small business grow as a company and independently compete for larger projects as prime contractors or upper tier subcontractors. 4. SUBMISSION REQUIREMENTS: Submittals should be sent to U.S. Army Corps of Engineers, Attn: Ms. Diane Cianci, 1645 S. 1645 S. 101st East Avenue, CECT-SWT-E, Tulsa, OK 74128-4609, no later than 2:00 p.m. on 26 October 2017. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD- ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date as above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present an organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and sub- contractor offices proposed to perform the work. All Part IIs MUST be signed with original sig- nature or facsimile of the original signature (signed within the past 3 years is required) and dat- ed. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifi- cations. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accord- ance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) pro- posed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stat- ed in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (j) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legible. Foldouts are not allowed and shall not be considered. (k) Personal visits to discuss this announcement will not be entertained. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Diane Cianci (918) 669-7458. This is not a request for proposal. In accordance with FAR clause 52.219-14 Limitations on Subcontracting for services, "At least 51 percent of the cost of contract performance incurred for personnel shall be expend- ed for employees of the concern." INQUIRIES - OFFEROR'S QUESTIONS AND COMMENTS USE OF BIDDER'S INQUIRY 27 September 2017 Prospective offerors should submit questions and inquiries related to this solicitation in accord- ance with the following (collect calls will not be accepted): a. For information related to amendments, and the dates set for receipt of proposals, please check http://www.fedbizopps.gov b. Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. 1. To submit and review bid inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page you may view all bidder inquiries or add an inquiry. 3. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed. 4. The Solicitation Numbers are: W912BV-16-R-0037 (H&H) The Bidder Inquiry Key is: 9JWCF7-WP3N2B 5. Address/enter only one question/issue per entry. c. The Bidder Inquiry System will be unavailable for new inquiries 4:00pm (Central) five (5) days before proposal are due (20 October 2017) in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. d. Offerors are requested to review the specification in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. e. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. f. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. g. The point of contact for this solicitation is: Contract Specialist: Diane Cianci Telephone: 918-669-7458 E-MAIL: diane.m.cianci.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV17R0037/listing.html)
 
Place of Performance
Address: 1645 S 101st E Avenue, Tulsa, Oklahoma, 74128, United States
Zip Code: 74128
 
Record
SN04703568-W 20171004/171002231503-18127a914159cadeacf83507b9a6831d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.