SOLICITATION NOTICE
C -- IDC FOR ENGINEERING & CONSTRUCTION SERVICES FOR VARIOUS CIVIL WORKS, ENVIRONMENTAL, DOE & MILITARY PROJECTS ASSIGNED TO THE HUNTINGTON DISTRICT, US ARMY CORPS OF ENGINEERS, GREAT LAKES AND OHIO RIVER DIVISION
- Notice Date
- 11/5/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-14-R-0016
- Response Due
- 12/9/2014
- Archive Date
- 1/8/2015
- Point of Contact
- Ginny M Morgan, 304-399-5963
- E-Mail Address
-
USACE District, Huntington
(ginny.m.morgan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The services will consist of construction and engineering services for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be completed within the boundaries of the Huntington District. Additional customers may include Customs and Border Protection, Department of Energy, and National Nuclear Security Administration (NNSA). One (1) indefinite delivery contract (IDC) will be negotiated and awarded with a base year and four option years. The contract amount will not exceed $10,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in March 2015. North American Industrial Classification System (NAICs) code is 541330, which has a size standard of $15,000,000.00 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will also be required at the time of award. To be eligible for contract award, a firm must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. PROJECT INFORMATION: Services will include providing highly technical specialized training/experience in nuclear and environmental engineering and construction. In addition, work will consist of the following functions for the engineering and construction of multi-million dollar facilities and for decommissioning, demolition, and environmental remediation projects: Programs and Project Management support services including oversight, facilities coordination and management, review and analysis of contractor's performance to include: Cost and Schedule progress, Project Management Control Systems and Data Quality (including Earned Value Management Systems (EVMS), Safety (including DOE Nuclear Safety), Health and Regulatory Compliance, Project Risk Management, Quality Control including Nuclear Regulatory Commission (NRC) and DOE Nuclear Quality, Baseline Review and Change Control, Engineering & Design, Technical Readiness and Constructability Reviews, Value Engineering, Construction Management, Cost Estimation and Schedule Development, Technical Support, Contract Packaging, Contract Sequencing, and Contract Delivery Approach, Contract Modifications, Claims Avoidance and Mitigation, Requests for Equitable Adjustment, Technical Support for Estimating and Negotiation and Fiscal Management. There will be a requirement for capacity to field multiple teams of up to 15-20 highly trained individuals in multi-disciplines to perform engineering and construction services within a 3 to12 month time frame at multiple sites. Team members shall be fully trained in various engineering and construction functions associated with the design and construction of larger scale civil works, vertical construction, environmental, and DOE Cleanup and construction projects. Team members are also required to have senior level experience in the environmental and construction engineering fields and be licensed engineers with certifications in engineering and construction. Also, team members should be able to obtain Department of Energy clearances to work on DOE project sites. The firm shall have the capacity to field three to five teams consisting of 10 to 20 individuals at any given time to accomplish and achieve customer contractual commitments and schedule deadlines. The firm performing the work will be required to have senior level management that has the capability to manage multiple tasks/projects within very stringent time frames. Individuals shall be trained in CADD, QC/QA construction inspection, Construction Safety, Design and Geotechnical Software, MCACES, MII, Primavera Scheduling Software, Microsoft Professional, Microsoft Access and Acrobat Reader-Writer for the publication of documents and cost estimates. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering and construction services to include, but not limited to, designs; reports; construction plans and specifications; cost estimates; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); construction inspection/quality assurance and startup/commissioning of facilities. Work shall be accomplished in full compliance with established Corps of Engineers and /or Department of Energy manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. Prospective firms must have experience in all aspects of engineering and construction services for civil works, environmental, DOE and military projects. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). Criteria A thru E are primary. Criteria F and G are secondary and will only be used as a tie-breaker among technically equal firms: (A) Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines: nuclear engineering, environmental engineering, civil engineering, project management (engineers or team leaders), construction managers (team leads or QA/QC engineers), subject matter experts in cost engineering, project scheduling specialists, risk specialists, cost engineer technicians, nuclear safety basis engineering/management, nuclear quality engineering/ management/construction, and technical writer. (B) Specialized Experience: Firms must demonstrate experience in the following criteria/elements: (1) Nuclear engineering, construction management and quality control and assurance for civil works, environmental, DOE and military projects to include experience in the management and implementation of Nuclear Quality Assurance (NQA-1) and Nuclear Safety Basis systems, (2) Large/Complex petro-chemical production/processing plants, off-shore rigs, refineries, pharmaceutical plants, and production/processing plants over $100 million capital cost. (3) Project Management and Engineering & Design experience for civil works, environmental, DOE and military projects to include experience in the management and implementation of NQA-1 requirements and Nuclear Safety Basis systems, (4) cost engineering and cost estimating for civil works, environmental, DOE and military projects including EVMS and (5) Software Requirements: All drawings and exhibits for design work, surveying work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using computer-aided design and drafting (CADD) software and procedures conforming to the following criteria: Data submitted by the Contractor must be 100% compatible with or must be translated to 100% compatibility. The phrase quote mark 100% compatible quote mark means data can be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital data files. It is the responsibility of the contractor to ensure this level of compatibility. The target CADD platform is a Generic Personal Computer (PC) running Windows 2000 Professional operating system. The target CADD system shall include, but not be limited to, the following software applications: (1) A/E/C CADD Standard Release 3.0 September 2006, (2) Bentley ProjectWise V8 XM Edition Version 8.9, (3) Bentley Microstation V8 XM Edition Version 8.9, (4) Bentley Microstation Iras B XM Edition Version 8.9, (5) Bentley Microstation Descartes XM Edition Version 8.9, (6) Bentley InRoads Suite XM Edition Version 8.9, (7) Bentley ProjectWise InterPlot Server and Client V8 XM Edition Version 8.9, (8) Bentley InterPlot Raster Offline Driver Pack Version 2.1, (9) NetSPEX Designer Version 3.0.225, (10) Windows XP Professional operating system, (11) Microsoft Office Suite 2003, (12) Winzip version 10. MCACES (MII) developed by Project Time & Cost, Inc., Crystal Ball Software developed by Oracle and Primavera project management software developed by Oracle. (C) Capacity: Capacity of the firm to perform up to $2,400,000.00 worth of work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. (D) Past Performance: Past Performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. (E) Small Business Participation: All offerors (both large and small businesses) are required to complete a Small Business Participation Plan, as outlined below. Offerors should propose the level of participation of small businesses (as a small business prime and/or small business subcontractor) in the performance of the total contract/acquisition value relative to the objectives/goals set forth in this evaluation factor. (a) Check the applicable size and categories of the PRIME offeror only. ( ) Large Prime Or ( ) Small Business Prime (indicate any applicable sub-category(s) listed below) ( ) Small Disadvantaged Business (SDB) ( ) Woman-Owned Small Business (WOSB) ( ) Historically Underutilized Business Zone Small Business (HUBZ) ( ) Service-Disabled Veteran-Owned Small Business (SDVOSB) (b) Submit a total combined percentage of work to be performed by both large and small businesses of the total contract value (include the percentage of work to be performed both by Prime and Subcontractors): Total Proposed Acquisition: Total % planned for Large Business performance _______% Total % planned for Small Business performance _______% 100% (When combined, large and small business total must equal 100%) (c) Indicate the total percentage of participation to be performed by each type of small business sub-category, if applicable. (If a small business qualifies in multiple categories, include it in multiple categories below): Small Disadvantaged Business (SDB) ______% Woman-Owned Small Business (WOSB) ______ % Historically Underutilized Business Zone Small Business (HUBZ) ______% Service-Disabled Veteran-Owned Small Business (SDVOSB) ______% (d) List principle supplies/services to be provided /performed by Small Businesses. If a small business qualifies in multiple categories, list in multiple lines below: Name of Company: ____________________________________________ DUNS Number: ___________________________________________________ Type of Service/Supply: _______________________________________ Small Business(s):_______________________________________________________________ Small Disadvantaged Business(s):____________________________________________________________________ Woman-Owned Small Business(s):____________________________________________________________________ Historically Underutilized Business Zone Small Business(s):____________________________________________________________________ Service-Disabled Veteran-Owned Small Business(s):______________________________________________________________________ (e) Describe the extent of commitment to use small businesses in this procurement (for example: small business prime, written contract, verbal agreement, joint venture arrangement, mentor-prot g business relationship, etc.) Goals for this procurement are: Small Business Overall: 10% of the total contract value Small Disadvantaged Business (SDB): 2% of the total contract value Woman-Owned Small Business (WOSB): 3% of total contract value Historically Underutilized Business Zone (HUBZone) Small Business: 3% of total contract value Service Disabled Veteran Owned Small Business (SDVOSB): 2% of total contract value. (Note: A participation plan which reflects 3% of the contract value for HUBZone firms, for example, would also count toward the overall Small Business Goal. This applies to all subcategories.) (F) Geographic Knowledge and Proximity: Knowledge of the geographical and geological features, construction and material standards and construction, permits and licenses for areas in the Great Lakes and Ohio River Division. Location of the firm in the general geographical area of the Huntington District headquarters. (G) Equitable Distribution of DoD contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capabilities to perform this work must submit three copies of SF 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 p.m. on December 9, 2014. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The Contract Specialist responsible for this procurement is Ginny M. Morgan, ginny.m.morgan@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-0016/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: Ginny Morgan, CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN03566913-W 20141107/141105234431-64656230350754028056b173a5a9ebbd (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 |