Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

C -- Multi-Discipline Architect/Engineer Services for Hazardous, Toxic and Radioactive Waste Projects for the Baltimore District, U.S.Army Corps of Engineer

Notice Date
11/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
W912DR18R0007
 
Point of Contact
Linda Evans, Phone: 4109623710
 
E-Mail Address
linda.evans@usace.army.mil
(linda.evans@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION. In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of up to eight (8), Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Environmental Architect-Engineer (A/E) services. The ordering period will be five years from award. It is anticipated that the majority of task orders awarded under A/E IDIQ 2018 will be Firm Fixed Price; however, Cost Plus Fixed Fee (CPFF) task orders will be allowed. The contracts to be awarded: one 8(A) set-aside IDIQ with a $5M contract capacity, up to two (2) small business (SB) IDIQs with a $5M contract capacity per contract, and up to five (5) unrestricted IDIQs with a $27M contract capacity per contract. The contracts will be used for projects within USACE's North Atlantic Division's geographic area of responsibility, with incidental utilization in the Contiguous United States and in Alaska, Hawaii, and Puerto Rico, in support of other USACE regions. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average annual receipts. If selected for negotiation, large businesses will be required to submit subcontracting plans that address small business utilization and provide maximum practicable opportunities to Small Business (SB), Veteran-Owned Small Business (VOSB), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUB Zone), Small Disadvantaged, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Black College University (HBCU) or Minority Institutions (MI) and Women-Owned Small Businesses (WOSB). If USACE finds a prospective contractor to be non-compliant with their subcontracting plans on previous contracts, the contractor may not be eligible for award under this synopsis. Small businesses are not required to submit subcontracting plans as part of their response. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the large firms selected. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. (1) PROJECT INFORMATION. The work may consist of A/E Environmental Services capabilities, including but are not limited to: services within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101. The scope of A/E Environmental Services capabilities includes, but is not limited to: studies, investigations, surveying and mapping, evaluations, consultations, comprehensive planning, program management conceptual designs, plans and specifications, construction phase services, drawing reviews, preparation of operating and maintenance manuals and other related services. In addition, services required may include, but are not limited to, subsurface exploration chemical sampling, testing and analyses, hazard evaluations, feasibility and engineering studies and reports, cultural resource investigations and mitigation plans, wetland determination and mitigation studies, groundwater and surface water modeling, storm water planning and modeling, fate and transport analyses, preparation of design plans and specifications, natural resource planning level surveys, and field inspections. These services listed are often required to be performed by a licensed or certified technical professional, i.e. Professional Engineer, Registered Architect, Professional Geologist, etc. The services contemplated herein are routinely available in the commercial marketplace, but may not be acquired through the General Services Administration's (GSA) Federal Supply Schedule (FSS) program. Engineering Pamphlet (EP) 715-1-7 (Architect-Engineer Contracting) paragraph 2-13 states "If any other agency contract for A/E services was not procured as required by the Brooks Act, USACE is prohibited from using such contract(s)." (2) SELECTION CRITERIA. The primary selection criteria for this solicitation are listed in descending order of importance: (1) specialized experience and technical competence, (2) professional qualifications, (3) past performance, (4) capacity, and (5) knowledge of the locality. Secondary criteria include: (1) small business participation plan and (2) volume of DoD contracts within the last twelve months. The small business participation plan must have a set percentage of work attributed to small businesses for this contract. The format for submitting the data is at the contractor's discretion. The secondary criteria will affect the unrestricted portion of this acquisition only. All Offerors participating in the Unrestricted portion of this acquisition, will be required to submit a Small Business Participation Plan. A Small Business Participation Plan will be a secondary selection criteria in this solicitation. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business contractors responding to this. The secondary criteria will not be applied by the Pre-Selection board and will only be used by the Selection Board as a "tie-breaker" if necessary, in ranking the most highly qualified firms. The Selection procedures will be in accordance with (IAW) FAR 36.6, DFARS 236.6, EP 715-1-7, PARC and local guidance. It is anticipated that interviews for slated firms will be conducted in Baltimore, MD. Factor 1 - Specialized Experience And Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products, such as, but not limited to, the following: (1) Hazardous Waste; (2) Industrial Waste; (3) Groundwater and Surface water hydrology; (4) Analytical Chemistry, biology, and toxicology; (5) CERCLA/RCRA; (6) Military Munitions; (7) National Environmental Policy Act Requirements; (8) Archeological Investigations and Mitigation; (9) Environmental Sustainability; and (10) Health Physics. Firms shall provide projects demonstrating their experience in the types of projects and products as described and show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a joint venture (JV), relevant project experience should be submitted for the joint venture if shared experience is available; if no shared experience is available, offers may submit projects performed by either joint venture partner. Factor 2 - Professional Qualifications of the Individual Design Team Members: Professional Qualifications: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered and licensed personnel, either in-house or through consultants, in the following list of key disciplines: Civil Engineer, Environmental Engineer, Geologist, Planner, Cost Estimator, Land Surveyor, Survey Crew, Construction Manager, Certified Health Physicist and Certified Industrial Hygienist. 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 insure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience in the areas noted above within the five years prior to the date of issuance of this Notice and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation in appropriate disciplines. The interested contractor shall indicate the participation of the key personnel in the example projects in the SF 330 Part 1 Section G. Factor 3 - Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from CPARS and other sources, such as past performance questionnaires. Offerors will be evaluated based on past performance with Federal Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through CPARS and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: Past performance information for projects listed under Factor 1 will be given greater consideration. Factor 4 - Capacity: Firms must demonstrate their ability to meet schedule, scope and budget of multiple projects simultaneously for an IDIQ by providing appropriate team or crews to perform those tasks such as surveying, data collection and design effort. Factor 5 - Knowledge of the Locality: Firms shall demonstrate specific knowledge of USACE NAD Area of Responsibility (AOR), with incidental utilization in the Contiguous United States and in Alaska, Hawaii, and Puerto Rico, in support of other USACE Regions and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination and local laws and regulations. The following Secondary factors are a mandatory for all unrestricted submissions only and will only be used as "tie-breakers" among unrestricted firms that are essentially technically equal. Factor 6- Small Business Participation Plan: Firms shall demonstrate the extent of their participation with small businesses. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business. Factor 7 - Volume of DoD Contracts within the past 12 months: Firms will be evaluated on their volume of contract with DoD within the past twelve (12) months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies and two (2) electronic copies on CD of the SF 330, Part I, Part II for prime and all consultants no later than 1:00 PM EST on Wednesday, 13 December 2017. The SBPP and Volume of DoD contracts within the past 12 months shall be submitted under separate cover. It is not to be included in the SF330. The page limitation for the SBPP and Volume of DoD contracts shall not exceed five (5) pages. The document shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF330 Part 1 shall not exceed 125 pages (8.5" x 11"), including no more than 10 pages for Section H. Each printed side of a page will count as a page. Section Tabs and cover letters will not be included the page count. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period. This is not a request for a price proposal. When applying for the 8(A) IDIQ, identify all submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR HAZARDOUS, TOXIC and RADIOACTIVE WASTE PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS (8A) IDIQ. When applying for the Small Business IDIQ, identify submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR HAZARDOUS, TOXIC and RADIOACTIVE WASTE PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS SMALL BUSINESS IDIQ When applying for the Unrestricted IDIQ, identify submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR HAZARDOUS, TOXIC and RADIOACTIVE WASTE PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS UNRESTRICTED IDIQ. It will not be assumed that your submission will fit into a category. You are required to identify your submissions as defined. Multiple titles on a submission are not acceptable. Point of Contact Linda M. Evans linda.evans@usace.army.mil U. S. Army Corps of Engineers, Baltimore District, 10 South Howard Street, Room 7000 Baltimore, Maryland 21201 (410) 962-3710
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18R0007/listing.html)
 
Place of Performance
Address: Within USACE's North Atlantic Division's geographic area of responsibility, with incidental utilization in the Contiguous United States and in Alaska, Hawaii, and Puerto Rico, in support of other USACE Regions., United States
 
Record
SN04738812-W 20171115/171113231328-264bcc8205081d805b07e2c2ba87d222 (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.