SOLICITATION NOTICE
C -- IDC for A-E Services for the Mobile District, U.S. Army Corps Of Engineers to provide Strategic Planning, Environmental Engineering, Environmental Analysis (NEPA), Encroachment Management, and Comprehensive/Installation Planning Support
- Notice Date
- 4/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-15-R-0046
- Response Due
- 5/12/2015
- Archive Date
- 6/11/2015
- Point of Contact
- Kyle M. Rodgers, 251-690-3356
- E-Mail Address
-
USACE District, Mobile
(kyle.m.rodgers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 S. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E Services are required for an IDC to provide comprehensive Strategic Planning, Environmental Engineering, Environmental Analysis (NEPA), Encroachment Management, and Comprehensive/Installation Planning support (AFI 32-7063) and professional services to the Department of Defense, U.S. Air Force, U.S. Air Force Reserve, and U.S. Air National Guard. The A-E will be required to perform services at military installations as assigned to Mobile District. This announcement will result in three (3) awards being made from the Unrestricted category. Firms should state the word UNRESTRICTED after the solicitation number in PART I, A Block 3, of the Standard Form (SF) 330. 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 a firm considered highly qualified will be awarded a contract. Up to three (3) awards will be made from this solicitation. The contracts will be awarded for a term not to exceed a total of five (5) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract values not to exceed $9,999,999 over the five-year life of the contracts. No one firm will receive more than one award as a result of this solicitation. Rates will be negotiated for each 12-month period of the contract. As a large business, the A-E must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The A-E will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330, with a small business size standard of 15 Million. PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to, all types of strategic planning, environmental engineering, environmental analysis (NEPA), encroachment management, and comprehensive/installation planning support for the US Air Force (USAF), US Air Force Reserve, and U.S. Air National Guard, within the Partnership Management Office and at installations, for strategic installations planning, cross-sector partnerships; installation development planning; encroachment management; land use compatibility; outreach and engagement; geographic information systems (GIS) and mapping applications; development and management of land, natural and cultural resource programs; study of contaminated sites; other water quality or water supply studies. Services will include but are not limited to preparation of any of the following: All products and studies associated with preparation of AF enterprise wide strategic installation planning/ basing as defined as AFI 10-503; noise -management modeling and/or noise model evaluation services; installation development plans/general plans; encroachment, land acquisition, sustainability and risk assessments; regulatory compliance; assisting in public meetings with potential cross-sector stakeholders; planning charrettes; developing communication tools including case studies; developing partnership models; developing cost benefit analyses; developing capacity analyses; developing military value analyses; program management support for legacy Base Realignment and Closure (BRAC) actions; and strategic planning for worldwide installations management. Specific services include: preparation of encroachment management plans, preparation of plans for the use and potential reuse of worldwide installations; assistance of installation development plans for development and management of military installations and facilities, including cost assessment for mission realignments; support for planning, programming and budgeting for mission realignment and reuse actions; natural and cultural resources management planning; coordination with interested federal, state and local agencies and organizations; preparation of public involvement plans; preparation of regulatory compliance documentation. 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 D are primary. Criterion E is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines with registration required where applicable. Resumes must be provided for these disciplines. (1) Program Manager; (2) Project Manager; (3) Architect, registration required; (4) Land-use Planner, AICP certification required; (5) GIS Specialist; (6) Socio-economist; (7) Biologist/Ecologist/Environmental Scientist; (8) Environmental Engineer, registration required (P.E. License); (9) Water Quality Specialist; (10) Air Quality Specialist;(11) Cultural Resources Specialist; (12) Civil Engineer, registration required (P.E. license); (13) Geographer. All disciplines must possess a minimum bachelor's degree (degree from an accredited four-year college or university) with a major in the specified field of study. Registration is required for the: Architect, Land-use Planner, Environmental Engineer, Civil Engineer. For registrations, State of registration, P.E. and/or AICP and/or R.A. (or equivalent) certification number must be included on the resume. Resumes contained in the SF 330, PART I, Section E, shall be completed for each discipline and provided in the order listed above. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E, must use the same discipline nomenclature as is 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. The evaluation will consider education, registration, and relevant experience in the listed discipline, and longevity with the firm. B. Specialized Experience and Technical Competence: In PART 1, Section H, provide a narrative describing the firm's experience in the following areas: (1) Technical expert knowledge regarding USAF aviation; force structure; basing; planning for development and management of military facilities to include: USAF construction planning process, force structure realignments, capacity analyses, military value analyses, and cost modeling; (2) Demonstrated breadth, knowledge and experience of the DoD Community Partnerships to include partnerships principles and processes and in providing support for a diverse portfolio of geographically distributed teams; (3)Knowledge and experience with encroachment studies, compatible land use studies, and other land management planning activities; implementation/ preparations of master plans/general plans; and Sustainable Infrastructure Assessments for the US Air Force; (4) Demonstrated experience in legacy Base Realignment and Closure planning and execution; and knowledge of the Air Force Planning, Programming and Budget Execution (PPBE) process; (5) Demonstrated experience in working environmental projects/issues with the Headquarters, U.S. Air Force; (6) Demonstrated breadth and knowledge of policy and guidance at the strategic level; (7) Demonstrated breadth, knowledge, and experience in identifying, assessing, valuing, and prioritizing cost-benefit opportunities; (8) Knowledge and experience with airspace management, Air Force Terminal Instrument Procedures, aircraft, blast and small arms range noise, Green House Gas, Sustainable Energy, Endangered Species Act, Clean Air and Water Acts, National Historic Preservation Act, Coastal Zone Management Act, and related Executive Orders, and Installation Development Planning instructions and guidance; (9) Demonstrated breadth, knowledge, and experience of current US Air Force policies, guidance, and regulations for preparation of all levels of environmental engineering, environmental analysis (NEPA) documentation and supporting studies; (10) Demonstrated Experience with database management. In Block H of the SF 330 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. C. Capacity to Accomplish the Work: The selected firms shall demonstrate the capacity to accomplish at least four (4) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on military 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. E. Volume of DoD Contract Awards: Firms shall provide the volume of work awarded by DoD agencies during the previous twelve (12) months. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work as a prime contractor, may submit ONE (1) completed, bound paper copy of their SF 330 (Architect-Engineer Qualifications), to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: S. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330 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. All font shall be at least 11 or larger in Arial (not Arial Narrow) for all text, tables, and figures. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 45 PAGES FRONT SIDE ONLY. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330, PART I, Section B, Block 5. The organization chart required in Section D and the matrix required as Section G, PART I, of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past five (5) years, will be reviewed in PART I, Section F. The prime must have completed or accomplished at a minimum six (6) of the projects (either as the prime or subcontractor) themselves. Use no more than one page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order executed under an ID/IQ is considered a single project, not the Indefinite Delivery Contract itself. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the provided project in the title must be included for each project. If the project is not 100% complete, then note the current percentage and estimated date when project will be completed. In Block G-26, along with the name, include the firm with whom the person is associated. 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. Five (5) of the ten (10) projects shall specifically address the following areas of emphasis with U.S. Air Force: Project 1 - DoD Community Partnership Initiative development; Project 2 - Strategic Planning; Project 3 - U.S. Air Force environmental analysis (NEPA) documentation; Project 4 - U.S. Air Force Encroachment Management studies/plans; Project 5- U.S. Air Force Installation Development Plans/General Plans. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining five (5) relevant projects can follow the area of emphasis projects listed above. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. US Central Time Zone on 12 May 2015. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. US Central Time Zone on the closing date specified in this announcement will not be accepted. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 13 May 2015. 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. Phone calls, e-mails, and personal visits for the purpose of discussing this solicitation are not allowed. 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 29 April 2015 at 3:00 P.M. US Central Time Zone 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 e-mail 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: W91278-15-R-0046. The Bidder Inquiry Key is: XUKEQ2-7KWJVH. 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 8:00 A.M. to 5:00 P.M. U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail S. Allison Jones at: sally.a.jones@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/DACA01/W91278-15-R-0046/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN03694492-W 20150411/150409234801-46d096f27dc664a9cf9ba12cd3cc5bd4 (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 |