SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT FOR ENGINEERING, DESIGN, AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR BRIDGE AND WATERFRONT FACILITY INSPECTION FOR THE VICKSBURG DISTRICT AT VARIOUS WORLDWIDE INSTALLATIONS - USACE PAST PERFORMANCE QUESTIONNAIRE
- Notice Date
- 4/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-16-R-0006
- Archive Date
- 6/16/2016
- Point of Contact
- Scott L. Brown, Phone: 6016317902
- E-Mail Address
-
Scott.l.Brown@usace.army.mil
(Scott.l.Brown@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- USACE PAST PERFORMANCE QUESTIONNAIRE This Solicitation Notice is for interested firms to submit their SF 330 no later than June 01, 2016, 1400 hours, CST. The most qualified firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This Procurement is an Unrestricted Set-aside. This is not a Request for Proposal. 1. CONTRACT INFORMATION: 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. SF 330s are due no later than June 01, 2016, 1400 hours, CST. Up to two (2) indefinite delivery contracts may be negotiated and awarded as a result of this solicitation. Each contract will have a base period and four option periods and shall not exceed $4.6 million over the life of the contract. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $4.6 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option, or until exhaustion of the contract value of $4.6 million, whichever comes first. An option period may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price or labor-hour task orders. It is anticipated that the estimated workload for each performance period will be $900,000. The cumulative total of Task Orders issued over the life of the contract shall not exceed $4.6 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload. The work will be accomplished primarily on the nation's military bases but may also include work at various worldwide locations Contract award is anticipated on or before October 2016. 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. The FY 2016 preliminary subcontracting goals for the Vicksburg District are: (1) at least 40.0 percent of a contractor's intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB), and service-disabled Veteran-owned small business; (2) at least 3.0 percent of a contractor's intended subcontract amount to be placed SDB; (3) at least 7.0 percent of a contractor's intended subcontract amount to be placed with WOSB; (4) at least 3.0 percent of a contractor's intended subcontract amount be placed with service-disabled Veteran-owned small business; and (5) at least 1.0 percent of a contractor's intended subcontract amount be placed with HUBZone small business. Effective 26 February 2016, the small business size standard for A-E services (NAICS code 541330) is $15 million. Subcontracting intentions are to be outlined in the SF 330. 2. PROJECT INFORMATION: The work under this contract shall consist of professional services for miscellaneous inspection, research and design of highway, railroad, and pedestrian bridges for military and civilian loads as well as inspections, research, and design of waterfront facilities/structures such as piers, cargo areas, wharfs, bulkheads, landships, docks, mooring dolphins, etc, for military and civilian loads. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, electrical, mechanical, surveying, mapping, CADD, and architectural design. Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs, and drawings shall be in English and use standard units of measure unless otherwise instructed by the Contracting Officer. 3. SELECTION CRITERIA: Selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru E are primary. Criteria F thru G are secondary and are weighted equally, these criteria will only be used as a "tie- breaker," if necessary in ranking the most highly qualified firms. The firm (either in house or through association with a qualified consultant(s)) must demonstrate: A) Specialized experience and technical competence of the firm and consultants in the work described in items i-viii below. i) demonstrate worldwide bridge inspection experience in compliance with AR 420-1 and ER 1110-2-111; this shall include underwater bridge inspection requirements; ii) demonstrate worldwide waterfront facilities inspection experience in compliance with the following: 1. UFC 4-150-07: O&M - Maintenance of Waterfront Facilities, June 2001 2. UFC 4-150-08: O&M - Inspection of Mooring Hardware, April 2001 3. UFC 4-150-06: O&M - Military Harbors and Coastal Facilities. iii) demonstrate capability and experience in bridge analysis including: current ratings requirements (AASHTO MCEB), and scour analysis (level I and level II); determining the Military Load Classification using foreign country design vehicles as well as using innovative state of the art analytical modeling, load testing and other experimental techniques; iv) demonstrate capability and experience in analysis of waterfront facility structural elements. v) demonstrate capability and experience in design and specifications of bridge and waterfront facilities and miscellaneous bridge and waterfront facility repair, upgrade, and operation and maintenance projects; vi) demonstrate an established team including a qualified bridge inspection team leader and technicians, as well as a qualified waterfront facility inspection team leader and technicians; because of the requirement to be admitted onto U.S. military installations worldwide, the contractor must be eligible to obtain a security clearance, and therefore, must be a U.S. citizen; vii) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a Microstation design file compatible format. (B) Professional Qualifications: The firm must employ qualified registered professional personnel in the following key disciplines; civil engineering, structural engineering, geotechnical engineering, hydraulic engineering, electrical engineering, mechanical engineering, and architecture. The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Capacity to Accomplish the Work: The firm should indicate the ability to perform numerous projects at the same time regardless of unexpected equipment breakdowns, and/or personnel problems; and complete work in a timely manner. (D) Past Performance: Past performance on Corps of Engineers, DOD and other contracts with respect to cost control, quality of work and compliance with performance schedule, as determined by CPARS/ACASS and other sources. Additionally, Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Government clients. Firms which choose to use the PPQ may do so by using the attached PPQ form and providing it in your SF330. Past performance on project used to demonstrate specialized experience and technical competence will be weighed most heavily. (E) Knowledge of the Locality; locality refers to military installations and civil works projects worldwide. (F) Equitable Distribution: 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." (G) Extent of participation of SB, SDB, historically black colleges and universities (HBCU), Women owned Small Businesses (WOSB), Service Disabled veterans (SDV), and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and must demonstrate the ability to perform to the satisfaction of the selection team. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit 4 copies of SF 330 Part I and 4 copies of SF 330 Part II for the prime firm and all consultants also submit one electronic copy (in PDF format submitted on a CD) to: U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK EC TE), Mrs. Lane Vargas, 4155 E. Clay St. Vicksburg, Mississippi 39183-3435, no later than 1400 hours, CST, on June 01, 2016. Include both the solicitation number and the company's DUNS number on all submittals. All sheets submitted shall not be permanently bound so changes may be incorporated. Conformance with the requested format demonstrates ability to follow directions and also an understanding of the solicitation requirements. Note the following restrictions on submittal of SF330; Selection Criteria Section A. Specialized Experience and Technical Competence: List no more than a total of 15 projects on no more than two, one sided pages a piece that best illustrate current qualifications and relevant projects (including any subcontractor work); ONLY THE FIRST 15 LISTED PROJECTS WILL BE CONSIDERED. Pages in excess of the maximum of 2 pages (one side) per project will be discarded and not considered in the evaluation. B. Professional Qualifications: - Resumes of key persons, specialist, and individual consultants anticipated for this project will be limited to a maximum total of 20 pages (one side). Block H-Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not considered in the evaluation. This is not a Request for Proposal. A fee proposal may be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Include DUNS number in SF 330. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. ****NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov. 5. TECHNICAL INQUIRIES AND QUESTIONS: Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 5 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-16-R-0006 The Bidder/Offeror Inquiry Key is: T7BXDU-6EX7K9 Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-16-R-0006/listing.html)
- Place of Performance
- Address: VARIOUS WORLDWIDE INSTALLATIONS, United States
- Record
- SN04100280-W 20160501/160429234101-009b2b7d3df1d7284a5450bf779c5d5b (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 |