SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT FOR Architectural and Engineering Services Related to the Design or Evaluation of Railroads and Roadways Worldwide
- Notice Date
- 10/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-10-R-0003
- Response Due
- 11/27/2009
- Archive Date
- 1/26/2010
- Point of Contact
- John Denning, 402-995-2053
- E-Mail Address
-
US Army Corps of Engineer - Omaha District
(john.d.denning@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Presolicitation Notice Solicitation Number: W9128F-10-R-0003 Classification Code: C-Architect and Engineering Services Qualification: Unrestricted competitive acquisition NAICS Codes: 541330 -- Engineering Services INDEFINITE DELIVERY CONTRACT FOR Architectural and Engineering Services Related to the Design or Evaluation of Railroads and Roadways Worldwide Solicitation Number: W9128F-10-R-0003 CONTRACT INFORMATION: This is an unrestricted competitive acquisition for an Indefinite Delivery Contract. The Indefinite Delivery Contract will be issued for Architect Engineer Services required primarily for Military Programs requirements worldwide in accordance with the scope of work indicated in the individual task orders issued against the resultant contracts. The Unrestricted competitive acquisition contract will be a firm-fixed price contract having a maximum contract award amount of $3 to 9 million dollars having a maximum duration of five (5) years, consisting of a base period contract for 2 year and options to extend for the remaining three (3) years to be exercised at the discretion of the Government.. The Contract will be acquired, in accordance with PL 92-582 Brooks Architect-Engineers Act (40 U.S.C. 541) and FAR part 36. The specific requirements may be for projects located anywhere throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS), or as indicated in resultant individual task orders issued against the awarded contract(s). Individual task orders will be issued from time to time against the awarded contract(s) as the need arises during the contract periods. The contract will be managed by the Omaha District Corps of Engineers with Task Orders being issued by any Corps of Engineers office or any Department of Defense contracting agency. Each task order will be managed by the issuing office. The selection process and award of a contract under this Federal Business Opportunities (FEDBIZOPS) announcement shall be subjected to the prohibitions and restrictions of the Federal Acquisition Regulation (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Contract award is anticipated in February 2010. Types of services required will include site investigations, studies, reports, track inspections, load ratings, concept designs, final designs, and construction phase services. All firms prior to the award of a contract may be subjected to a Defense Contract Audit Agency audit, to be determined by the Contracting Officer. SUBCONTRACTING PLAN REQUIREMENTS: If the Architect-Engineer selected is an Other than Small Business (Large Business) concern, the A-E shall be required to submit a Small Business Subcontracting Plan with the final proposal (after selected for negotiation) as required by Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2010. (a) Small Business: 70.0% of planned subcontracting dollars. (b) Small Disadvantaged Business: 6.2% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.0% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 0.9% of planned subcontracting dollars*. (e) Hubzones: 9.8% of planned subcontracting dollars*. (f) Veteran Owned Small Business 9.8% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. PROJECT INFORMATION: Task orders under the resultant contract will consist primarily of design and evaluation services in conjunction with the following: (1) Preparations of plans, specifications, and design analysis for the direct design of railroads, roadway pavements, bridges and specialized railroad support facilities. (2) The inspection and maintenance recommendations for railroad tracks and bridges; (3) Field and laboratory testing of existing railroad/pavement sub-grades; (4) Roadway inspections and the use/training of personnel on PAVER Engineering Managements Systems for roadways and; (5) Specialized consulting services and engineering studies related to the planning, design, construction and evaluation of railroads and vehicular pavements. These services may consist of development/update of transportation systems engineering criteria. Knowledge of the Armys RAILER computer program should be noted, but is not a selection criterion and is not required for selection. Construction cost estimates may be required for any of the design tasks listed above. Construction cost estimates will be prepared using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Second Generation (MII). (M-CACES software will be provided to the successful firm after contract award). Evaluation Ratings: The source selection process will use an evaluation rating based on the application of a scale of words, used in conjunction with narrative, to denote the degree to which the proposal has met the standard for a non-cost factor. For purposes of this solicitation, ratings will consist of words (adjectival method) used in conjunction with narratives. Ratings will be applied at the criterion and sub-criterion level. If at any level of indentation an Offerors proposal is evaluated as not meeting a minimum requirement (that is, below the level of Satisfactory), this fact may be included in the rating and narrative assessment at that level and each higher level of indentation. Therefore, a Marginal or Unacceptable rating at any level may be carried to the criterion level. The following ratings will be used to evaluate the submitted information. (i)Outstanding - Information submitted demonstrates offerors potential to significantly exceed performance or capability standards. The offeror has clearly demonstrated an understanding of all aspects of the requirements to the extent that timely and highest quality performance is anticipated. Have exceptional strengths that will significantly benefit the Government. The offerors qualifications exceed the fullest expectations of the Government. The offeror has convincingly demonstrated that the RFP requirements have been analyzed, evaluated, and synthesized into approaches, plans, and techniques that, when implemented, should result in outstanding, effective, efficient, and economical performance under the contract. Significantly exceeds most or all solicitation requirements. Very high probability of success. (ii)Above Average - Information submitted demonstrates offerors potential to exceed performance or capability standards. Have one or more strengths that will benefit the Government. The areas in which the offeror exceeds the requirements are anticipated to result in a high level of efficiency or productivity or quality. The offerors qualifications meet and slightly exceed requirements. The submittal contains excellent features that will likely produce results very beneficial to the Government. Fully meets all RFP requirements and significantly exceed many of the RFP requirements. Disadvantages are minimal. High probability of success. (iii)Satisfactory (Neutral) - Information submitted demonstrates offerors potential to meet performance or capability standards. Acceptable solution. Either meets all RFP requirements for the criterion (or sub-criterion) or contains weaknesses in some areas that are offset by strengths in other areas. A rating of Satisfactory indicates that, in terms of the specific criterion (or sub-criterion), the offeror has a good probability of success, as there is sufficient confidence that a fully compliant level of performance will be achieved. The proposal demonstrates an adequate understanding of the scope and depth of the RFP requirements. No significant advantages or disadvantages. Equates to neutral. Good probability of success. (iv)Marginal - The submittal is not adequately responsive or does not address the specific criterion (or sub-criterion). The offerors interpretation of the Governments requirements is so superficial, incomplete, vague, incompatible, incomprehensible, or incorrect as to be considered deficient. Proposal does not meet some of the minimum requirements. The assignment of a rating within the bounds of Marginal indicates that mandatory corrective action would be required to prevent significant deficiencies from affecting the overall project. The offerors qualifications, plans or approach will likely result in questionable quality of performance, which represents a moderate level of risk to the Government. Low probability of success although the submittal has a reasonable chance of becoming at least acceptable. Significant disadvantages. (v) Unsatisfactory - Fails to meet performance or capability standards. Requirements can only be met with major changes to the submittal. There is no reasonable expectation that acceptable performance would be achieved. The proposal contains many deficiencies and/or gross omissions; fails to provide a reasonable, logical approach to fulfilling much of the Governments requirements; and/or fails to meet most or all of the minimum requirements. Very significant disadvantages. SUBMISSION AND SELECTION CRITERIA FOR ACQUISITION: Criteria for selection, in order of importance, are: (a) Demonstrate recent experience and technical competence of the firm (including consultants). List a minimum of 4 projects with experience that has occurred within the last five years that are a result of an engineering fee exceeding $50,000 (include design start and completion dates) and include project programmed amounts, associated design fees, and actual project award amounts in Part I, F of SF 330 for the following: (1) Inspections and maintenance recommendations for railroad track structure. (2) Design and construction of new railroad tracks including road crossing signalization. (3) Knowledge of DOD railroad track maintenance and safety standards and Federal Railway Administration (FRA) track safety standards. (4) Design of vehicular road construction projects including traffic engineering studies, container intermodal facilities and wheeled vehicle rail/roadway loading/unloading facilities. (5) Design, construction, and inspection of bridges for both railroads and vehicle traffic. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: Project Manager, Railroad Engineer, Railroad Inspector technicians, Transportation (Traffic) Engineer, Geotechnical (paving) Engineer, Structural Bridge Engineer, and Electrical/Signal Engineer. Professional Engineering (PE) licenses are required for each engineering discipline stated above. Army track inspector certification and/or FRA certifications should be noted, but is not required for selection. (c) Include in Part I, Section H of the SF 330 the Quality control procedures and team organization, including consultants as described in the Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) and the Corps of Engineers. The selected A-E firm must be able to provide designs that meet guidance, DOD unified criteria documents (UFCs) and quality standards without detailed review by the District. Construction cost estimating and preparation of estimates using MCASES Gold experience is required and demonstrated. Offeror must demonstrate user capability with CADD systems and must demonstrate competency with Bentley Microstation V8.9 or newer and AutoCAD 2007 or newer and exhibit the ability to deliver electronic CADD and CALS files. (d) Offeror must demonstrate past performance, through (ACASS), other Government entity performance evaluation systems, private sector evaluation systems, awards or other evaluations, on previous contracts with respect to cost control, design to cost, quality of work and compliance with performance schedules. Offeror shall demonstrate past performance with each and of each proposed subcontractor. (e) Offeror must demonstrate sustainable design using an integrated design approach and emphasizing environmental stewardship, especially 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 material utilization; and development of healthy, safe and productive work environments. Provide pertinent information on LEED certified personnel and specific project applications. (f) Offeror must explain their current workload volume, DoD and Private sector, of the last 12 months for both the submitting firm and subconsultants. Demonstrating how that workload would affect performance and delivery of products required by task orders under the resultant contract. As additional information in the SF330, provide the following: The submitting firm's ACASS number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) or DUNS number. If a firm has no ACASS number, so state. Firms must provide their DUNS number. Provide the ACASS and DUNS number for any consultants. If firms have no numbers, so state. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit an Original and four copies of a combined SF330 and separate information for prime and each consultant. The number of pages that will be evaluated is limited to 85. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT, ATTN: John Denning, 1616 Capitol Ave., Omaha, NE 68102-4901. Submittals must be received no later than 2:00 PM CDT on November 27, 2009. Firms having technical or contractual questions are encouraged to submit those questions via email. E-mail your questions to John.D.Denning@usace.army.mil with the solicitation number. For Contractual questions contact Mr. John Denning (402) 995-2053 or email at John.D.Denning@usace.army.mil Personal visits to the Omaha District offices for this solicitation will not be scheduled or allowed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-R-0003/listing.html)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN01986834-W 20091018/091016234808-bad3d446c63251e893eb1863e6a8993e (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 |