Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2011 FBO #3562
SOLICITATION NOTICE

C -- SF330 Call for A&E IDIQs

Notice Date
8/24/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation-DO-Acquisition Operations Group PO Box 25007, 84-27810 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
R11PS81165
 
Archive Date
8/23/2012
 
Point of Contact
Judy Chamberlin 3034452606 jchamberlin@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
1.0INTRODUCTION: 1.1This is a call for submittal of SF330's from qualified A-E firms to support the Bureau of Reclamation's mission of managing, developing, and protecting water and related resources in an environmentally and economically sound manner in the interest of the American public. More information about Reclamation can be obtained at http://www.usbr.gov/. Projects will primarily be located within the 17 western states. However, projects may also be located in other states, outlying areas of the United States, and foreign countries. The NAICS code for this action is 541330 with a size standard of $4.5 million. This is a full and open competition. 1.2This acquisition for A-E services is being procured in accordance with the Brooks Act and Subpart 36.6 of the Federal Acquisition Regulation. Reclamation intends to award two (2) Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for Architect- Engineer (A-E) services. The contract(s) will be awarded with a base period of one (1) year and up to four (4) additional one-year option periods. Each IDIQ shall have a maximum value of $20,000,000.00. The minimum guaranteed award amount for each IDIQ shall be $1,000,000.00 over the life of the contract. 1.3Small Business Goals: 1.3.1Large Business: If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. The subcontracting goal for this contract is a minimum of 40% of the firm's intended subcontract amount be placed with Small Businesses (SB). Within the 40%, the following goals are as follows: - 5% Small Disadvantaged Businesses (SDB); - 5% 8(a); - 5% Women-Owned Small Businesses (WOSB); - 3% Service-Disabled Veteran-Owned Small Business; and - 5% HUB Zone Small Business. 1.3.2Small Businesses: small businesses must be able to show that they can comply with 52.219-14, Limitations on Subcontracting. This shall be supported by completing a Subcontracting Worksheet that can be obtained by contacting AEIDIQ@usbr.gov and requesting it. 1.4The IDIQ(s) will be used to support Reclamation's mission which includes civil, geotechnical, mechanical, and electrical engineering disciplines, as well as risk analysis, dam safety, and security services; water and environmental sciences; engineering, inspection, and technical support services; and consultant review boards. See the Statement of Work for complete details. 1.5Tasks will be directed by individually issued Task Orders (TOs) and more than one TO may be issued concurrently. TOs issued under the IDIQs will be primarily firm-fixed price. However, the capability of issuing labor hour task orders will be included. Individual TOs will not have a value of less than $3,000.00, and will not exceed $3,000,000.00. Fair Opportunity for TOs will be provided using the following criteria. 1.5.1Prior performance on task orders issued against the IDIQ. 1.5.2Specialized experience and qualifications of the A-E firm as determined at time of award and as it applies to consideration of labor mix. 1.5.3If A-Es are equally qualified, contract minimum and/or equitable distribution of work will be considered. 1.5.4Price will be considered of the selected firm prior to issuance of a task order. 2.0INSTRUCTIONS: 2.1Request a copy of the Statement of Work and Past Performance Questionnaire by emailing AEIDIQ@usbr.gov. Phone requests will not be accepted. 2.2A pre-proposal conference is scheduled for 10:00 a.m. MT on Tuesday, 6 September 2011. The conference will be held at Building 67, Denver Federal Center, Denver, CO. Attendance is NOT mandatory. If you plan to attend, please provide the following for each individual: Company Name, Attendee's Name, Phone Number, and Email Address NLT 10:00 a.m. MT on Wednesday, 31 August 2011. Each firm is allowed 4 attendees. Please submit questions and topics for discussion NLT 10:00 a.m. MT on Wednesday, 31 August 2011 to AEIDIQ@usbr.gov. 2.3Questions on this synopsis will be accepted through COB 23 September 2011. Please submit questions to AEIDIQ@usbr.gov. All questions with answers will be posted on Fed Biz Ops. 2.4A-E firms meeting the requirements described in this announcement are invited to submit one original and three copies of: (1) Standard Form (SF)-330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown below. SF-330's shall reference Announcement Number R11PS80850. Each firm identified as participating in the work, including proposed subcontractors, must complete a separate Part II of SF-330. Part II must show only the office or offices that are intended to have a key role in the contract. Example projects listed in SF-330 Section F shall not be more than five years old. 2.5The A-E and their subcontractors shall send out past performance questionnaires to their customers with instructions to submit them directly to the address below or to AEIDIQ@usbr.gov. Questionnaires must be received by 3:00 p.m., 5 October 2011 to be considered in the evaluation process. 2.6The SF-330 and supplemental data shall not exceed 100 pages. This limit does not include resumes and past performance questionnaires. Firms not complying with this requirement may be eliminated without consideration. 2.7Failure to provide all the information and documentation requested may result in disqualification. The original and three (3) copies of the SF 330s shall be delivered NLT 10:00 a.m. MT on Tuesday 11 October 2011 to: Bureau of ReclamationDenver Federal CenterAOG 84-278106th & KiplingDenver, CO 80225Attn: Ms Kat Segura - R11PS81165 2.8To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov, and the Online Representations and Certifications Application (ORCA) database https://orca.bpn.gov/, and the registrations must be current. 2.9PLEASE NOTE: THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION TO DOWNLOAD. THE INFORMATION REQUIRED TO SUBMIT IS IN PARAGRAPH 2.0. QUESTIONS PERTAINING TO THIS ANNOUNCEMENT SHOULD BE ADDRESSED TO KAT SEGURA AT AEIDIQ@usbr.gov. 3.0EVALUATION 3.1Firms responding to this announcement before the closing date will be considered for selection subject to any requirements listed in this announcement. Following an evaluation of the submitted qualifications and performance data, three or more firms that are considered to be the most highly qualified to provide the type of services required will be asked to participate in an interview and make a technical presentation to the Source Selection Evaluation Board. Selection of firm(s) for negotiation shall be made in order of preference based on the rankings established during evaluation. 3.2SELECTION CRITERIA: A-E firms responding to this announcement, and their subcontractors, will be evaluated based on the following criteria, (a) through (d), that are listed in relative order of importance: (a) Professional qualifications including professional registration and national security clearances, specialized experience, and technical competence necessary for satisfactory performance of the required services. Preference will be given to A-E firms with in-house capability. Preference will be given to A-E firms that hold professional registrations in multiple disciplines, in multiple states within the western United States.(b)Technical and Physical Capacity to perform multiple task orders within the time limitations identified in the specific task orders. Preference will be given to A-E firms with in-house capacity. (c)Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.(d)Geographic location of design offices relative to the Technical Service Center and Reclamation regional offices. 3.2.1All information provided in response to this announcement can be used to evaluate the above factors. The relative importance of evaluation factors (a) through (d) is shown below: Relative Importance of Evaluation FactorsEvaluation FactorPercentage(a) Professional Qualification, Specialized Experience and Technical Competence 40%(b) Technical and Physical Capacity25%(c) Past Performance25%(d) Geographic Location10%Total100% 3.2.2Required services are defined in the Statement of Work. The following services, organized by engineering category and relative importance, will be used to evaluate factors (a) and (b). The first two engineering categories (Civil Engineering and Geotechnical Services) are of equal importance and of greater importance than the third engineering category (Risk Analysis, Dam Safety, and Security Services), which is of greater importance than the following three engineering categories (Mechanical Engineering, Electrical Engineering, and Water and Environmental Science Services), which are of equal importance. The remaining two engineering categories (Engineering, Inspection, and Technical Support; and Consultant Review Boards) are of lesser importance and are listed in descending order of importance.Engineering Categories: 3.2.2.1Civil Engineering (the subcategories below are listed in descending order of importance).1. Structural Analysis and Design Including Building Seismic Risk Evaluation2. Hydraulic Design and Analysis3. Water Treatment Engineering4. Architecture and Landscape Architecture Designs5. Construction Management6. Materials Engineering and Research7. Hydraulic Investigations Research Services 3.2.2.2Geotechnical Services (the subcategories below are listed in descending order of importance).1. Embankment Dam and Foundation Engineering2. Soil and Rock Mechanics3. Engineering Geology 4. Seismotectonic and Geophysics Services5. Structural Behavior and Instrumentation6. Hazardous Waste Engineering Services 3.2.2.3Risk Analysis, Dam Safety, and Security Services (the first subcategory is significantly more important than the remaining two subcategories which are of equal importance.1. Risk Analysis2. Comprehensive Reviews3. Security services 3.2.2.4Mechanical Engineering Services (the subcategories below are of equal importance)1. Mechanical Equipment2. Hydraulic Equipment 3.2.2.5Electrical Engineering Services (the subcategories below are of equal importance)1. Electrical Design2. Hydropower Technical Services 3.2.2.6Water and Environmental Services (the first two subcategories below are of equal importance; the remaining five subcategories are of lesser importance and are listed in descending order of importance).1. Ecological Studies2. Land Suitability and Water Quality3. Flood Hydrology, Hydrometeorology, and Paleoflood Hydrology4. River Systems and Meteorology5. Water Supply, Use, and Conservation 6. Remote Sensing and GIS7. Groundwater and Drainage 3.2.2.7Engineering, Inspection, and Technical Support (the subcategories below are listed in descending order of importance)1. Engineering Support Services2. Inspection Services 3. Hazardous Material Testing 3.2.2.8Consultant Review Boards (the subcategories below are listed in descending order of importance)1. Geotechnical Engineer2. Geologist3. Structural Engineer 4. Civil Engineer5. Seismologist 3.3Past Performance: Evaluation factor (c), Past Performance, will be evaluated using information from responses to Past Performance Questionnaires, Past Performance Information Retrieval System (PPIRS), and other sources. 3.4Geographic Locations: Proximity and size of design offices to the following geographic locations will be used to evaluate factor (d). The first location is significantly more important than the remaining five locations which are of equal importance. Larger design offices are more important than smaller design offices.1. Denver, Colorado2. Boise, Idaho3. Sacramento, California4. Boulder City, Nevada5. Salt Lake City, Utah 6. Billings, Montana
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/edc06d733c78c1776c6d57f42574c1ff)
 
Place of Performance
Address: Denver Federal Center, Denver, CO
Zip Code: 80225
 
Record
SN02548302-W 20110826/110825000749-edc06d733c78c1776c6d57f42574c1ff (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.