Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

C -- A-E Services Multiple Award Task Order Contract

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G18R0430
 
Archive Date
10/19/2018
 
Point of Contact
Aldrich A. Nichols, Phone: 4097663963, Curtis Cole, Jr., Phone: 4097663185
 
E-Mail Address
aldrich.a.nichols@usace.army.mil, curtis.cole@usace.army.mil
(aldrich.a.nichols@usace.army.mil, curtis.cole@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Multiple Award Task Order Contract (MATOC) for Architect and Engineering (AE) Services to Support the Planning, Engineering, and Construction Phase Services, Galveston District, Southwestern Division, U.S. Army Corps of Engineers. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mr. Aldrich Nichols. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required to provide planning, design, and engineering during construction/construction phase services primarily in support of the Civil Works mission area. Similarly related horizontal engineering projects may be required to support the Military and Interagency and International Support (IIS) missions. The contractor will be required to perform services primarily within the USACE Galveston District but up to the Southwestern Division area of responsibility. This announcement is for a Multiple Award Task Order Contract (MATOC) for A-E services with a total shared capacity of $96M and includes a target of three (3) Unrestricted A-E IDCs, a target of three (3) reserve Small Business IDCs, and a target of three (3) reserve Woman-Owned Small Business A-E IDCs. The Government may award more or less than three (3) firms within each business class depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED, SMALL BUSINESS, or WOMAN OWNED SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate proposal MUST be submitted for each category in which the firm wants consideration. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation. The contracts will be awarded for a term not to exceed a total of seven (7) years, which includes a five (5) year base period and two (2) year option. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total contract value of this procurement not to exceed $96,000,000 over the seven-year life of the contracts. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding three (3) fiscal years. All interested Other than Small Business A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit these plans during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. Contractor Manpower Reporting: For any task orders associated with military funding types, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. PROJECT INFORMATION: A-E Services for this contract will be used to provide all types of civil works related areas such as: flood damage and risk reduction; coastal erosion; storm damage risk reduction and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and ecosystem habitat restoration; comprehensive watershed evaluations; and multi-purpose water resources projects. The capabilities of A-E firms would include comprehensive planning, technical analysis, engineering, design, and construction phase services including preliminary studies through feasibility report development; engineering design through detailed plans, specifications, and design analysis/design documentation report preparation (to include related components of surveying and geotechnical investigations); design-build request for proposal packages; value engineering; technical and biddability, constructability, operability, environmental, and sustainability (BCOES) reviews; and engineering during construction/construction phase services for both inland and coastal civil works. 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 thru E are primary. Criterion F thru H are secondary and will only be used as a tie-breaker among technically equal firms. A. Specialized Experience and Technical Competence: A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past ten (10) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have performed and completed a minimum of six (6) projects (either as the prime or subcontractor). Joint Venture submissions shall also provide a minimum of six (6) projects; however, if the Joint Venture does not have the minimum projects as a Joint Venture Offeror, then the Offeror may supplement with projects performed by the members of the Joint Venture in their individual capacities. Use no more than one (1) page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an ID/IQ contract is not a project and will not be in compliance with the requirement. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed for each contract and/or task order. Include the percentage of work self-performed by the prime for each contract and/or task order. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member. Seven (7) of the ten (10) projects shall specifically address the following areas of emphasis, with the most relevant work being associated with USACE and other Federal Agencies: (1) Flood Risk Management; (2) Coastal Hurricane & Storm Damage Reduction including structural and non-structural features; (3) Shallow and Deep-draft Navigation; (4) Riverine or Urban Aquatic Ecosystem Restoration; (5) Coastal Ecosystem Restoration; (6) Preparation of Environmental Impact Study; (7) Comprehensive Watershed Planning, including River and Reservoir Systems. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining three (3) projects can follow the area of emphasis projects. In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Comprehensive planning and engineering services from Feasibility Studies and Engineering Design through detailed Plans and Specifications for both Inland and Coastal Civil Works projects, such as, flood risk management; coastal erosion and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and eco-system habitat restoration; comprehensive watershed evaluations; and multi-purpose water resources projects; (2) Planning activities, such as, plan formulation, economic and socio-economic analysis, dredge material testing, cultural resources, water quality, endangered species, wetland delineation/analysis, wetland, fish, and wildlife mitigation evaluations including performing and preparing analysis and documentation for compliance with federal laws such as the National Environmental Policy Act, Clean Water Act, Endangered Species Act, National Historic Preservation Act, Marine Protection Research and Sanctuaries Act, and Clean Air Act; (3) All phases of Engineering Design analysis and documentation for inland and coastal Civil Works projects; (4) Construction plans and specifications; (5) Cost Estimating to include specialized experience with quantity takeoffs, cost schedule risk analysis, MCACES, total project cost summaries, ROM abbreviated cost risk analysis, and other areas of cost estimating as required using the latest software; (6) Value engineering studies; (7) Project experience with the following H&H software: CMS-Flow, CMS-Wave, ADCIRC, Beach-fx, FUNWAVE, Delft3D, AdH, HEC-HMS, HEC-RAS, HEC-FIA, HEC-RTS, and CWMS (8) Risk Analysis, including leading and participating in Potential Failure Mode Analysis or any other relevant risk assessment activities for Civil Works; (9) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. B. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure, state, and certification numbers) where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Recent for this solicitation is within ten (10) years of the solicitation issuance date. Submit no more than two (2) resumes per Discipline, indicating which resume is the Contract Lead. The following disciplines with applicable professional registrations are required: (1) Project Manager; (2) Hydraulic Engineer with Professional Engineering Licensure; (3) Coastal Engineer with Professional Engineering Licensure; (4) Civil Engineer with Professional Engineering Licensure; (5) Cost Estimator with Professional Engineering Licensure or Certified by a Professional Organization such as AACE, ASPE, or equivalent; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Environmental Engineer with Professional Engineering Licensure; (8) Geologist with Professional Geologist Licensure; (9) Structural Engineer with Professional Engineering Licensure; (10) Mechanical Engineer with Professional Engineering Licensure; (11) Electrical Engineer with Professional Engineering Licensure, (12) Architect with Professional Registration; (13) Archaeologist; (14) Economist; (15) Biologist; (16) Geochemist, (17) Land Surveyor with Professional Licensure; (18) Planner with experience in water resources Plan Formulation and/or other experience specific to the Project Information as listed above; (19) Certified Value Specialist; (20) Registered Landscape Architect; (21) Risk Analysis Facilitator; (22) Stakeholder Facilitator; (23) Community Public Relations Specialist; (24) Specification Writer; (25) Geospatial Information Systems Specialist; and (26) CADD Technician. The professional qualification evaluation will consider education, registration, and overall relevant experience in the type of work required, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. C. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Point of Contact Names and Point of Contact Telephone Numbers within Section F should be verified as those individuals may be contacted. D. Capacity to Accomplish the Work: The Unrestricted firms shall demonstrate the capacity to accomplish at least three (3) $1,000,000 individual task orders simultaneously. The Small Business firms shall demonstrate the capacity to accomplish at least three (3) $250,000 task orders simultaneously. The WOSB firms shall demonstrate the capacity to accomplish at least two(2) $100,000 individual task orders simultaneously. E. Knowledge of the Locality. In PART I, Section H, describe and demonstrate the team's familiarity within the Galveston District boundaries. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with SWG/SWD stakeholders. F. Extent of Participation of Small Businesses. All firms will be required to submit a small business participation plan with a mandatory goal of 30%. In PART I, Section H, provide a Small Business Participation Plan in accordance with FAR 52.219-8. As a secondary criteria, SWG will evaluate this information, and offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. Large businesses shall note that, if selected, their Small Business Subcontracting Plan shall reflect and be consistent with the commitments offered in the Small Business Participation Plan. G. Geographic Proximity. As a secondary criteria, SWG will evaluate the geographic proximity of the offeror in relation to the geographic boundaries of SWG. H. Volume of DoD Contract Awards. Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work are invited to submit five (5) hard copies and one (1) complete pdf on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Galveston District, CESWG-RM, ATTN: Mr. Aldrich Nichols, 2900 Fort Point Road, TX 77550. A SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe -Acrobat XI or earlier version. Proposals submitted on anything other than a CD or DVD will not be accepted. All firms responding to this solicitation MUST label the CD or DVD with their company name and solicitation number. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) as a JV. The offeror must be registered in SAM prior to award and Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) with the exception of figures and tables. PART I, Section H OF THE SF 330 SHALL NOT EXCEED 15 PAGES. Small Business Participation Plan, JV Management Plan, Joint Venture Agreements, and Volume of DOD Contract Awards will not count in the page-count maximum for PART I, Section H. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Please do not submit proposal text with multi-column formatting. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 4 October 2018. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 9 October 2018. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board. Interviews will be conducted by telephone and will most likely occur during the week(s) the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. A pre-proposal conference will be held at the U.S. Army Corps of Engineers, Galveston District Office, 2900 Fort Point Road, TX 77550 on 7 September 2018 at 10:00 am Central Time. Individuals who wish to attend must register at https://www.eventbrite.com/e/a-e-matoc-pre-proposal-meeting-tickets-49646845050 no later than 5:00 pm on 5 September 2018. All attendees are required to have a driver license to enter the facility. Your name must be on the list for entry, and no late substitutions or unlisted individuals will be allowed to enter. 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 19 September 2018 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 inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your email address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W9126G-18-R-0430. The Bidder Inquiry Key is: UB6VZQ-C3CNVM. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on 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. To verify your submittal has been delivered, you may e-mail Mr. Aldrich Nichols Aldrich.A.Nichols@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0430/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Galveston, 2000 Fort Point Road, Galveston, Texas, 77550, United States
Zip Code: 77550
 
Record
SN05087583-W 20180915/180913231155-63bbcae3f6ec22d2beb3606851e6124c (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.