Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2015 FBO #5131
SOLICITATION NOTICE

C -- A & E Services, for preparation of civil works decision documents, water resources, - Solicitation Information:

Notice Date
12/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-R-0017
 
Archive Date
2/3/2016
 
Point of Contact
Wayne C. Weidenhamer, Phone: 4029952074, David J. Crane, Phone: 402-995-2676
 
E-Mail Address
wayne.c.weidenhamer@usace.army.mil, David.J.Crane@usace.army.mil
(wayne.c.weidenhamer@usace.army.mil, David.J.Crane@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Copy of the Information used in solicitation Seeking businesses that can provide integrated architect and engineering services pertinent to U.S. Army Corps of Engineers planning studies, including, but not limited to, preparation of National Environmental Policy Act documents, demonstration of environmental law compliance, preparation of civil works decision documents, completion of water resources and related planning studies, hydrology and hydraulics modeling, economic analysis, and cultural resource evaluations. SYNOPSIS: INDEFINATE DELIVERY CONTRACT FOR MULTI-DISCIPLINED ENVIRONMNENTAL PLANNING SERVICES WITHIN THE OMAHA DISTRICT OF THE U.S. ARMY CORPs OF ENGINEERS. A. PROJECT DESCRIPTION This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Omaha District, is seeking business sources, both large and small business, to provide for multi-disciplined professional planning services. The Corps is seeking businesses that will provide integrated architect and engineering services, including, but not limited to, preparation of civil works decision documents, water resources and related planning studies, analysis and surveying, engineering design of plans and specifications for construction, environmental compliance, and independent technical review. Relevant project-related work may include, but is not limited to: feasibility level project planning efforts and reports for an array of purposes, either singly or combined, including ecosystem restoration, flood risk management, navigation improvements, hydropower improvements, municipal and industrial water supply, shoreline and stream bank stabilization, dam safety studies, fish passage, recreation studies, and hazardous, toxic, and radioactive waste (HTRW) survey work. Relevant work may encompass all interdisciplinary services required for all planning, and design phases of specific water resource projects. The North American Industry Classification Code (NAICS) associated with this sources sought is 541620, Environmental Consulting Services. It is the Government's intent to make an award of two (2), Single Award Task Order Contracts (SATOC), one Small Business and the other Unrestricted, no earlier than April 2016 with the award capacity for Task Orders of $4.9M for each or for 5 years, subject to the availability of funds. A&E firms must have a current SAM Profile, and it must contain the North American Industrial Classification Systems (NAICS) Code 541620, in order to be awarded the contract. B. PROJECT INFORMATION The firms selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Projects will be located within the USACE, Northwestern Division civil works boundaries, and most projects will be located within the civil works boundaries of the Omaha District. The list of work categories below are meant to be illustrative of the breadth of the type of work possibly issued under each IDIQ. The list of potential work is organized into "work categories" below. The work categories are listed in order of most likely (1. Planning Services) to least likely (5. Cultural Resource Services) to be awarded within a task order. WORK CATEGORIES: 1. Planning Services • Preparation of planning level documents including, feasibility or reevaluation reports in accordance with ER 1105-2-100, Master Plans in accordance with EP 1130-2-550 and other pertinent guidance, laws, and regulations. • Preparation of NEPA compliance documents including Environmental Impact Statements, Environmental Assessments, Finding of No Significant Impacts, Records of Decision, environmental statutes compliance, endangered species assessments/evaluations, and Section 404 and 401 permit and water quality certification documents (e.g., 404(b)(1) reports), including NEPA for active military installations and Defense Base Closure and Realignment (BRAC), and conducting public outreach and scoping meetings. • Risk management analysis including application of risk and uncertainty methods and statistical analysis for evaluating feasibility, reliability, and performance of projects. 2. Environmental Services • Fish and wildlife habitat, water and air quality, and terrestrial ecology surveys, studies, and analyses. • Field data surveys (e.g., vegetation, birds, etc.) • Perform environmental education, training, and sustainable development for Corps staff and/ or staff from other agencies. • Experience with environmental impact modeling and analysis such as HEP-HSI, HEC-EFM, or FQI • Perform environmental and occupational safety and health compliance audits/assessments. • Hazardous, Toxic, and Radioactive Waste (HTRW) surveys including both chemical and physical soil borings and sediment testing. Including ecological risk assessments, remediation planning, reclamation planning. Experience and knowledge with Environmental compliance for CERCLA and RCRA projects. • Collection of sediment samples using grabs, sediment coring devices and other methods as may be necessary to acquire required volumes to undergo chemical, physical, and biological analysis. 3. Economic Services • Perform cost effectiveness and incremental cost analysis (CEICA) for ecosystem restoration studies using IWR-Plan (Institute for Water Resources (IWR) Planning Suite Software) and/or other professionally accepted analysis tools. • Perform economic tasks associated with flood risk management studies including land use inventory data collection and modeling flood damages using USACE approved models such as Hydrologic Engineering Center Flood Damage Analysis (HEC-FDA) model, HEC- Flood Impact Analysis (HEC-FIA) model, and/or other professionally accepted computational economic analysis tools. • Experience with conducting water supply demand analysis associated with water storage reallocation studies, such as forecasting water supply needs, identifying and evaluating least cost alternatives, and estimating water storage reallocation costs. • Conduct socioeconomic analyses including evaluating regional economic impacts, NEPA documentation for socioeconomic and related resource sections, economic and social risk based analyses, recreation analysis, and other social effects. 4. Engineering Services • Spatial data analysis using geographic information systems (GIS) using ESRI or other industry standard GIS software and Computer-Aided Design and Drafting (CADD) using Microstation or other industry standard CADD tools (includes generating Aerial Photography, Topographic/ Bathymetric Surveying and Mapping, database development, preparation of contract drawings and specifications CADD Drafting). • Hydrologic analyses and design activities including rainfall runoff analysis using programs developed by the Hydrologic Engineering Center (HEC) and other industry standard software, including sediment transport. • Hydraulic analyses and design activities including steady and unsteady state Analysis using HEC and other industry standard software. • Cost estimating using the Tri-Service Automated Cost Engineering System (TRACES) and/or other professionally accepted computational economic analysis tools • Engineering and design services including civil, hydrologic, hydraulic, environmental, structural, geotechnical, geomorphology, mechanical and electrical. 5. Cultural Resource Services • Experience with application and coordination of cultural laws, Executive Orders, etc. • Cultural resource and archaeological surveys and evaluation reports. • Support for various types of Tribal engagement. In order to provide additional clarification on the type of work we anticipate being awarded under these IDIQs, below is a list of some of the work awarded under past and existing IDIQs with the same scope as this solicitation. Please note this is for illustrative purposes only and is not necessarily meant to reflect priority project examples: • Reservoir water reallocation studies • USACE reservoir project master plan and environmental assessment update • Water quality studies • River bed degradation studies • Development of hydrologic models for evaluation of flood mitigation alternatives • Oil and gas development master plan supplements • Fish and Wildlife Coordination Act Report preparation • Development of operation and maintenance manuals for USACE Missouri River Recovery Program fish and wildlife mitigation project lands • Yellowstone Corridor Cumulative Effects Study and Report • Socioeconomic evaluations for NEPA efforts • Stream bank protection "Section 14" studies • Land use data collection for HEC-FDA model • "Detour and delay cost" Socioeconomic analysis (as per IWR Report 88-R-2, March 1988) C. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Primary selection criteria will be used to evaluate each firm's submittal. Secondary selection criteria will only be used as tiebreakers between technically equal firms. PRIMARY CRITERIA: 1. Specialized experience and technical competence of the firm and consultants in the work categories listed above. Submittals should elaborate on what work was completed, what services were provided by the firm, and if any experts were utilized by the firm. Only experience that has occurred in the last 5 years should be included in the proposal. The firm shall include no more than 10 previous projects in this submittal. Submittals should use no more than 2 pages per project. The firm must explain how the past performance information is relevant to the proposed contract. Submittals must include examples of work completed from each of the work categories listed above (SF 330, Part I, Section F). Firms should provide examples of successfully completed work that encompass the list below (we are looking for strong examples of the following work that help illustrate the level of complexity your firm(s) are capable of accomplishing): • Flood risk management studies, ecosystem restoration studies, water supply reallocation studies, and/ or stream bank restoration studies that your firm(s) has completed and experience with HEC-FDA, HEC-FIA, IWR Plan, and/or developing water supply demand models (in support of water supply reallocation studies). • EIS's or complex EA's, integrated feasibility studies, and experience with HEP-HSI, HEC-EFM, FQI, or other professionally accepted ecological analysis tools that your firm(s) has completed. • Examples of relevant hydrology and hydraulics modeling (HEC- RAS, HEC-ResSim, or other professionally accepted engineering analysis tools) that your firm(s) has utilized in completing projects relevant to this contract. • Examples of NHPA Section 106 coordination, cultural resource surveys, or other NHPA compliance activities that your firm(s) has completed. 2. Professional qualifications of the proposed team members (including subcontractors) in providing specialized experience in relevant water resource development planning services. Key services that may be required to be performed by professionals holding current appropriate licensure or certification are: civil, structural, hydrologic, hydraulic, electrical, mechanical, environmental, and geotechnical engineers. However, the proposal will not require a licensed professional for each engineer type. Preference will be given to firms that submit resumes demonstrating highly qualified (in relation to this IDIQ solicitation): Project managers, biologists/ ecologists, economists, water resource planners, hydraulic and hydrologic engineers, civil engineers, geotechnical engineers, and cultural resource specialists. Evaluation of these disciplines will consider education, training, relevant experience in water resource planning services similar to those listed in the work categories above, and longevity with the firm. Any past planning experience on USACE water resource planning projects should be identified. This selection criterion is primarily concerned with the qualifications of the key project managers and senior technical experts (not organization management) and not the number of personnel, which is addressed under the capacity criterion. This criterion is also specifically concerned with staff that the firm expects to perform work awarded under this contract. Resumes should not exceed one page in length. (SF 330, Part I, Sections E, F, and G) Provide resumes for two (2) project managers (team leaders) for task orders. Provide resumes for three (3) senior biologist/ ecologists with at least 10 years of experience as a biologist/ ecologist. Also provide the resume of 1 journeyman staff member within this discipline. Provide resumes for two (2) senior economists with at least 10 years of experience as an economist. Also provide the resume of 1 journeyman staff member within this discipline. Provide resumes for two (2) senior water resource planners with at least 10 years of experience as water resource planners. Also provide the resume of 1 journeyman staff member within this discipline. Provide resumes for two (2) senior engineers in each of the following fields: civil engineering, hydrology and hydraulic engineering, and geotechnical engineering. Also provide the resume of 1 journeyman staff member within one of these engineering disciplines. Provide a resume for one (1) senior cultural resources specialist/ archaeologist with at least 10 years of experience as a cultural resources specialist. Also provide the resume of 1 journeyman staff member within this discipline. 3. Capacity to complete assigned work. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet required schedules of multiple, simultaneous task orders. Firms shall demonstrate the capacity to accomplish at least four (4) $200,000 simultaneous individual task orders, or two (2) $500,000 simultaneous task orders. The evaluation will consider the experience of the firm and any subcontractors in similarly sized projects, and the availability of an adequate number of personnel in key disciplines. (SF 330, Part I, Sections E, G, and H) This criterion will be evaluated through the submittal of a management plan. A management plan shall be presented that includes an organization chart and addresses team organization, any anticipated sub-contractors or entities to supplement the team, quality control procedures, explanation of the ability to complete multiple simultaneous task orders and/ or task orders within a reasonably aggressive schedule, cost control, coordination of in-house disciplines and consultants, and the anticipated extent of the small business considerations measured as a percentage of the total estimated effort. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. The management plan shall be organized into the following sections: (a) Quality Control Procedures, (b) Subcontractor Management Plan, (c) Schedule Development and Maintenance (including completion of multiple simulations task orders), (d) Change Management Plan (address risks to schedule, budget, staff turnover, etc.), (e) Communication Plan (internal communication and communication with the USACE), and (f) Current Active Contracts. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H). 4. Past performance on DoD and other relevant contracts as determined by Contractor Performance Assessment Reporting System (CPARS) and other sources. This criterion will focus on evaluation of overall ratings. Note: Past Performance Questionnaires (PPQ) may also be submitted to provide or supplement a firm's past performance with DoD or other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. SECONDARY CRITERIA: 5. Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total anticipated contract effort. Management plans must demonstrate past use and current ability to use small businesses, including the different categories of small businesses such as Historically Black College and University or Minority Institutions, Women-Owned Small Businesses and Veteran-Owned Small Businesses. Small business entities that are awarded one of these IDIQs must complete a minimum of 50% of the work. This information can be placed within the Management Plan. (SF 330, Part I, Section H, Item 3) 6. 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 SB and SDB. When IDIQs are involved, this selection criterion will consider the total value of task orders actually issued by agencies in the last 12 months, not the potential value of the contracts nor will it consider options that have not yet been exercised on any type of contract. (SF 330, Part I, Section H, Item 4) D. SUBMISSION REQUIREMENTS a. Interested firms must submit four (4) copies, each containing Parts I and II of the SF 330 information. Submittal packages must also include a cd containing a complete copy of the submittal (an SF 330 part 1 + SF 330 part II for the prime firm and all consultants/subcontractors), as a single.PDF file. Each hard copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 75 pages. Any pages past the 75th page will not be considered during the evaluation. Separating tabs will not count as pages. A page is one side of a sheet, 8-1/2 by 11. 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 2 pages, though the organization chart can count as one page if on an 11 inch by 17 inch page. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature, content beyond 75 pages, and other extraneous materials are not desired and will not be considered during the evaluation. Sections E and G of SF 330 Part I must include only individuals anticipated to perform the work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than 2 pages per project and no more than 1 page per resume. When listing projects in SF 330 Part 1, a task order executed under an IDIQ contract is considered a project; an overall IDIQ with multiple task orders is not considered a project. b. Include the firm's DUNS number with the firm's name on the SF330, Part I, Block B, 5. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF 330, Part I, Block C, provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information: (1) Item 1 - Management Plan: Include the information requested in Paragraph C.3. above. (2) Item 2 - Capacity to complete the work. Reference Paragraph C.3. above. Provide a 1-2 page narrative discussing the capacity of the firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. (3) Item 3- Volume of DOD A-E contracts within the last 12 months Reference Paragraph C.6. above. Provide a complete listing of all DOD A-E projects awarded and options exercised within the last 12 months. (4) Item 4- Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and, if appropriate, historically black colleges and universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. Submittal should also include a) - f) below: a) Identify if you (Prime offeror) are a Small Business or Other-than-Small Business. b) If a Small Business, also identify which Small Business Community (SBC) categories, if any, you belong to (i.e. SDB, WOSB, HUBZone, VOSB, SDVOSB, HBCU/MIs). c) Provide overall percentage (%) of total acquisition value planned to be subcontracted to SBC members. d) Provide TOTAL planned subcontracted dollar amount ($), and its corresponding percentage (%) as a percent of total acquisition value, to ALL business types (both to SBC members and other-than-small businesses combined). e) Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item d) above that is planned to go separately to SBC members and other-than-small businesses. f) Use the informational goals by Small Business category provided in announcement Section 1 above as a reference to also provide percentage (%) of planned subcontracted dollars to each SBC category. Note that this is NOT the detailed subcontracting plan that would be required from a selected large business concern. NOTE for a) - f) above: SBC members submitting as Prime offerors may count the work it intends to self-perform toward small business participation objectives. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Facsimile and email submissions will not be accepted. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Information on registration and annual confirmation requirements for SAM accessed through https://www.acquisition.gov or by calling 866-606-8220.Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, via the internet at http://fedgov.dnb.com/webform or call Dunn and Bradstreet at 1-866-705-5711. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATIN: Don Miller, Solicitation Number W9128F-16-R-0017. Mr. Miller can be reached at 402-995-2051 and via e-mail at Donald.D.Miller@usace.army.mil. All technical questions should be directed to Mr. Dave Crane, (402) 995-2676 or david.j.crane@usace.army.mil. Submittals must be received no later than 1400 Central Time, 19 January 2016. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 3/2013 edition, must be used, and may be obtained from the following web site: ttp://www.gsa.gov/portal/forms/download/116486. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities). Contracting Office Address: Attn: CENWO- CT 1616 Capitol Ave Omaha, Nebraska 68102-4901 United States Place of Performance: U.S. Army Corps of Engineers - Omaha District, 1616 Capitol Ave Omaha, Nebraska 68102 United States Primary Point of Contact: Wayne C. Weidenhamer, Contract Specialist wayne.c.weidenhamer@usace.army.mil Phone: 4029952074 Secondary Point of Contact: David J. Crane, Project Manager David.J.Crane@usace.army.mil Phone: 402-995-2676
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0017/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Omaha District, 1616 Capitol Ave, Omaha, Nebraska, 68102, United States
Zip Code: 68102
 
Record
SN03965162-W 20151211/151209234537-fe7e6cbafbf36fd10a7c9276ba82c3aa (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.