SOLICITATION NOTICE
C -- Indefinite Delivery Contracts for Multidisciplinary Services in Support of Civil Works Projects & Some Military Projects, primarily Southwestern Division boundaries (TX, LA, OK, AR, & NM), but can be used on a limited basis nation-wide
- Notice Date
- 12/18/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-10-R-0034
- Response Due
- 1/27/2010
- Archive Date
- 3/28/2010
- Point of Contact
- Ruby Oringderff, 817-886-1268
- E-Mail Address
-
US Army Engineer District, Fort Worth
(ruby.j.oringderff@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed A-E contracts shall support Civil Works projects and some military projects which are generally within, but not limited to the SWD regional boundaries to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries) and other Federal agencies in unique cases. This flexibility would only be exercised in unique cases (anticipate less than 10%). North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to businesses regardless of size Services are required for engineering, design, and related services to potentially include but not limited to any or all of the following: Engineering Analyses and Design; Corps of Engineers Civil Works & Water Resource Planning; Hydrology and Hydraulic modeling, CADD/GIS/Mapping Services; Surveys; Cultural Resources Investigations; Hazardous, Toxic, and Radioactive Waste Investigations; Environmental Studies; Geotechnical Investigations; Fluvial Geomorphologic and Stream Restoration Studies; Aquifer Recharge; Report Writing; and Independent Technical Review. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System Code applicable to this project is 541330, Engineering Services, which has a size standard of $ 4,500,000 in average annual receipts and corresponds to SIC Code 8711. Anticipated contract award will be on or about April 9, 2010. Up to two Indefinite Delivery-Indefinite Quantity (ID/IQ) contracts will be awarded from this announcement; one contract for a cumulative amount of $27,500,000 and another contract for a cumulative amount of $27,500,000. Both contracts with a Minimum Guarantee amount of $5,000.00 for the Base period only of 2 years with one 3 year option period for a total term not to exceed five years. If more than one contract is awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performance and quality of deliverables, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the other contractors. Price will not be used as a criterion. 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. The A-E shall be able to provide: a) development of full design packages and Request for Proposal (RFP) packages for design-build of multiple facility types; b) design support and consultant services in various combinations of architectural, structural, civil, mechanical and electrical disciplines; c) construction management services; d) cost estimating, cost control, scheduling, and construction simulation services (risk scenarios, change order analysis, alternative methods), e) design, drafting, and planning services for renovation, demolition and alterations to existing facilities. The A-E should expect to become a significant part of the governments USACE Program delivery team. c. Contract Award Procedure: If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 70.0% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.0% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3.0% of a contractors intended subcontract amount be placed with veteran-owned (VOSB); at least 0.9% of a contractors intended subcontract amount be placed veteran-owned small business(VOSB); (5) at least 0.9% of a contractors intended subcontract amount be placed with service-disabled veteran-owned (SDVO); (6) at least 9.8% of a contractors intended subcontract amount be placed with HUBZone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the Small Business Administration and registered in the Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE-LEVEL certifications shall be accepted. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted may result in their elimination as a proposed subcontractor. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. d. Place of Performance: Projects are anticipated to be primarily in support of Fort Worth District/Southwestern Division U.S. Army Corps of Engineers Civil Works Program. However, Task Orders under resultant ID/IQ contracts may on a limited basis be awarded through other Corps of Engineer Districts, other DOD or other Federal agencies for projects anywhere in the US or its territories. 2. PROJECT INFORMATION: General. No specific projects are identified at this time. As projects are received for execution, use of the contracts awarded under this announcement as well as other contracts available to Fort Worth District will be considered for obtaining required services. The work may involve: a. Engineering Analyses and Design- Hydrologic, Hydraulic, Geotechnical, Groundwater, Civil, Structural, Cost Estimating, Mechanical, Electrical, Architectural, And Environmental b. Corps of Engineers Civil Works & Water Resource Planning - Plan Formulation, Socio- Economic Impacts, Economic Cost-Benefit Analyses, and Management and execution of feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, and erosion control; c. CADD/GIS - CADD and Geographic Information Systems (GIS) services; d. Surveying and Mapping - Planimetric, topographic, photogrammetric and bathymetric field and aerial surveys, vertical and horizontal controls, digitally formatted data processing, cross-sections, boundary surveys, gradient boundary surveys, construction layout, and G.P.S. surveys; e. Mapping Services - Topographic and bathymetric mapping, and aerial photography to include stereo photogrammetric and LIDR; f. Environmental Studies - Conduct environmental studies and planning efforts including but not limited to: forestry, biological/ecological analyses, geology, soils, socioeconomics, outdoor recreation planning, remote sensing, records searches, oversight of field operations, community relations, public scoping meetings, Work Plans, Health and Site Safety Plans, Sampling and Analysis Plans, detailed project schedules, storm water pollution prevention studies, habitat assessments and mitigation plans; conduct environmental assessments and Environmental Impact Statements in compliance with NEPA and other environmental laws and regulations; provide Hazardous, Toxic, and Radioactive Waste (HTRW) support for environmental studies/plans, including Phase I and/or Phase II Environmental Site Assessments, to gain environmental compliance with laws and regulations; support for Corps of Engineers coordination with Federal, State and Local regulatory agencies, and other related deliverables; g. Independent Technical Review - Perform technical review of multi-disciplinary projects/studies performed by others; h. Cultural Resources Studies Site identification surveys, evaluation of site eligibility for the National Register of Historic Places (NRHP), artifact recovery and curation preparation, site file and NRHP form preparation, and data recovery planning and implementation; and i. Perform design services to include site investigations, plans, specifications, and cost estimates for Civil Works and work for other government agencies. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as (tie-breakers) among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330 and in Section H, Part I of SF 330. All SF 330 submittals are to be numbered to correspond to the numbering shown in this synopsis. (1) Firms must demonstrate recent experience (within the past 5 years) and significant experience in Corps of Engineers Civil Works water resources project planning and design within the geographic boundaries of the Southwestern Division, U.S. Army Corps of Engineers. (a) Hydrology - Demonstrate the following: Modified puls routing and Snyder's unit hydrograph procedures; Ability to develop hydrologic models using software packages such as HEC-1, HEC-HMS, HEC-GeoHMS, HEC-FFA, and RES-SIM; Period of record analysis; Discharge frequency an alysis; Interior drainage and pump design; and Pipe networks (distribution and collection system analysis, design and assessment). (b) Hydraulics - Demonstrate the following: i) Develop models using but not limited to HEC-2, HEC-RAS, HEC-GeoRAS, HEC-FDA, HEC-RPT software packages; and (ii) Fluvial geomorphology, sediment transport, channel evolution and stability, and stream restoration. (c) Planning and Project Management - Demonstrate the following: (i) Familiarity and recent experience with Corps of Engineers Civil Works Planning Process and Regulations; (ii) Ability to develop and progress projects using Primavera Project Planner or SureTrakTM Project Manager; (iii) Ability to prepare required documents for feasibility-level planning studies of flood damage reduction, environmental/ecosystem restoration, recreation, water quality, water supply, hydropower, and erosion control; (iv) Ability to document and provide monthly financial data (i.e. obligations, expenditures, etc) to Corps of Engineers; (v) Ability to communicate orally (monthly meetings) and in written formats (bi-weekly project status updates); and (vi) Ability to plan, prepare, and conduct Public Meetings. (d) Economic Analyses i) Demonstrate the capability to collect, analyze, and input all necessary data to run Corps of Engineers Hydrologic Engineering Center risk-based Flood Damage Analysis, HEC-FDA software program for flood control studies utilizing tools such as GIS and real estate valuation software such as Marshall and Swift; (ii) Demonstrate capability to design economic research and study plans for various types of water resources studies; (iii) Firm should demonstrate the capability to apply appropriate statistical/probabilistic methodologies, including but not limited to Monte Carlo simulations and various sampling procedures, to economic analyses for various types of water resource projects; (iv) Demonstrate experience in conducting agricultural and recreational impact analyses in regards to various types of water resources studies; (v) Firm must demonstrate the ability to design and execute surveys/research aimed at estimating monetary and non-monetary costs and benefits (NED) associated with stream based recreation alternatives and resource based existence values; and ( vi) Firm must also demonstrate the ability to conduct socio-economic impact analysis using Government accepted input-output models and be skilled in life-cycle costing and financial ability to pay analysis as well as address issues relating to environmental justice. (e) Civil Engineering Design - Demonstrate the following: (i) Recent experience and significant experience in Civil Design plans and specifications; and (ii) Civil engineering designs developed using GEOPAKTM or InRoadsTM software packages and delivered in MicroStationTM CAD Version 8.5 interface. (f) GIS and Mapping - Demonstrate the following: (i) Experience in developing large area digital topographic and bathymetric mapping using state of the art aerial photography as a base; (ii) Experience in traditional ground surveying capabilities performed by a Texas registered professional land surveyor; (iii) Ability to deliver mapping data in ArcInfo/ArcView format and/or A/E/C standards; (iv) Ability to process DEM data, develop TINS and produce contours; and (v) Ability and experience in rectifying different coordinate systems between diverse products to produce useable maps. (g) Environmental Analyses - Demonstrate the following: (i) Ability to conduct and develop NEPA compliant Environmental Impact Statements (EIS), Environmental Assessments, and Biological Assessments; and (ii) Capability to perform all environmental studies related to a Civil Works Feasibility Study Planning including but not limited to: biological/ecological/forestry surveys, biological assessments (BA), Phase I and/or Phase II environmental site assessments (ESA) per ASTM E 1527-00, site characterizations to determine nature and extent o f HTRW contamination to support feasibility-level planning and/or design decisions, management and oversight of chemical analytical services consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliverables, environmental assessments (EA), environmental impact statements (EIS), and environmental baseline surveys (EBS) (h) Environmental Planning - Demonstrate the following: (i) Capability to perform Cost Effectiveness and Incremental Cost Analysis for ecosystem restoration analyses on Corps of Engineers Civil Works Planning studies using IWR-Plan Software. (ii) Capability to perform environmental data gathering, analyses, HEP determinations, mitigation planning and EIS preparation. (I) Water Resource Planning - Demonstrate the following: (i) Understanding of water availability, water rights, groundwater and other water planning issues in the State of Texas; and (ii) Capability to perform water availability/rights analysis through computational models like WAM, GAM and others. (J) Cultural Resources - Demonstrate the following: Ability to perform all cultural resources activities associated with Section 106 of the National Historic Preservation Act and its implementing regulation. (K) Geotechnical Design, Investigation and Analysis - The A-E firm will be required to demonstrate proficiency in the following areas and shall have a working knowledge of all related Corps Engineering and Design standards: (i) Instrumentation - Installation, Monitoring and Evaluation; (ii) Subsurface Exploration; (iii) Inspection of Subsurface Explorations; (iv) Laboratory Testing; (v) Static & Dynamic Stability Analyses; (vi) Seepage Analyses; (vii) Geotechnical Reports; (viii) Field Geotechnical Observations and Evaluations; (ix) Materials Investigations; (x) Dam Safety Training; (xi) Geophysical Studies: (xii) Numerical Modeling; (xiii) Graphic Log Preparation using gINT; (xiv) Pavement Design; and (xv) Use of Geotechnical Engineering Software such as: GeoStudio Suite including SEEP/W and SLOPE/W, gINT, gINT for ArcGIS, PCASE, LPILE, FLAC and PLAXIS; (12) Public Information - Demonstrate the capability to conduct public information programs to include information dissemination and gathering, person-to-person and phone surveys, conduct structured workshops, charrettes, and public meetings; (13) Technical Review - Demonstrate the capability to conduct independent technical review of planning and technical design documents for adherence to established professional principles, practices, codes, criteria, laws and policy. (14) Firms must demonstrate the ability to prepare construction cost estimates using the government-furnished program M-CACES or MII. Design team member must demonstrate significant prior experience in the use of M-CACES or MI. (15) Firms must demonstrate prior experience in use of Government-furnished SpecsIntact software in preparing project specifications. (16) Firms must demonstrate the ability to submit drawings in AutoCAD, Bentley MicroStation. (17) Firms must demonstrate the ability to provide data files on CD-ROM discs, provide drawings in MicroStation AND AutoCAD AND as CAL files and create PDF files of specifications other documents, and satisfy requirements of the Corps electronic advertising process. (18) Firms must demonstrate the capability to provide data in MS XP compatible MS Word, MS Excel, MS-Access and other file formats addressed in this announcement. The selected firms may be required to upgrade versions of these and other commonly used programs during the duration of the contract at no cost to the Government. (b) PROFESSIONAL CAPABILITIES: This contract will require for the A-E (either in-house or through consultant) as a minimum, the following: (1) Engineers responsible for technical products must be registered. Civil, Structural, Mechanical, Electrical, Architect, Cost, Geologist or Soils Engineer (registered engineer) and geotechnical drill rig and crew to collect soil borings and samples, Hydrologic and Hydraulic (2) Landscape Architects and Surveyors must be registered in the State of Texas or in the state in which the project to be designed is located. (3) Archeologists, Chemists, Industrial Hygienists responsible for technical products must be registered or certified as required by various State laws. (4) Other discipline areas required: Program Management, Project Management, Geology, Hydrogeology, Fluvial Geomorphologist, Forestry, biological scientist, Economics, Geography, CADD, GIS specialist, Technical Writing, and Public Information. Except as noted, none of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. (Resumes for the drilling crew are not required). Submitting firms should demonstrate in the personnel resumes, the education, training, registration/certification, overall and relevant experience, publications, awards, and longevity with the firm of key management and technical personnel. Ensure that one page resumes are provided for each of the personnel proposed for each discipline. Repeat Resume page as needed to provide all required resumes. Additionally, key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. (c) Firms must demonstrate adequate team capacity and project management for complex work, ability to initiate, manage and complete three large (greater than $1,000,000) concurrent task orders and ability to meet unforeseen schedule changes. (d) Knowledge of Locality: Firms must demonstrate familiarity within the Civil Works boundaries of the Southwestern Division, US Army Corps of Engineers. (e) Demonstrate past performance with respect to cost control, quality assurance, and compliance with performance schedules. The following, items (f) through (h), are secondary criteria: (f) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in t he proposed contract team, measured as a percentage of the estimated effort. (g) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph ). (h) In Section H, Part I, SF330, include a brief presentation of internal controls and procedures that firms use to insure that a quality design is produced. (i) GEOGRAPHIC PROXIMITY. Proximity of the team to the core project region defined as Texas. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Ms. Ruby Oringderff, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). One hard copy and one electronic copy (word or PDF) on a CD is required. (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of an SF 330 (6/2004 Edition), to the above address not later than 2:00 p.m. (Central Time) on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance 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 firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font Ariel type using standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Include the percentage of work actually performed by your firm or the subcontractor listed for each project. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-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; (c) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project. Specify the percentage of work your firm actually performed on each listed project. (d) In Section G, block 26, include the firm and 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 and each subcontractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. Number you proposal paragraphs to correspond to the paragraphs in this synopsis. Type in the requirement and then address the requirement. 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 herein. Under paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award). Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific detailed design quality control plan 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 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current 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 one is already on file. All Part IIs MUST be signed (signed within the past 3 years) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. A copy of a signed/dated Part II is acceptable. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUB Zone, 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 sale s for the preceding three fiscal years must not exceed $4.5 million; (b) 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 company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number) ; and (c) 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 Ms. Ruby Oringderff (817) 886-1268, Technical - Mr. Gene Rice, (817) 886-1374 E-mail your questions to US Army Engineer District, Fort Worth at: Ruby.J.Oringderff@usace.army.mil. This is not a request for proposal. Place of Performance Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX Zip Code: 76102-0300 Country: US
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-0034/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02027243-W 20091220/091218234650-f7ad692e47ca7be1e1c7f583d5c6b8c2 (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 |