Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOLICITATION NOTICE

C -- Coastal PCX Solicitation

Notice Date
2/6/2020 3:12:21 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-20-R-0012
 
Response Due
3/9/2020 9:00:00 AM
 
Archive Date
03/24/2020
 
Point of Contact
Richard Rivera, Phone: 2156566563, Jamaal Edwards, Phone: 2156563241
 
E-Mail Address
richard.rivera2@usace.army.mil, Jamaal.A.Edwards@usace.army.mil
(richard.rivera2@usace.army.mil, Jamaal.A.Edwards@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Philadelphia District U.S. Army Corps of Engineers (USACE) intends to award up to two, five-year Indefinite Delivery Contracts to support mission areas of the US Army Corps of Engineers, North Atlantic Division National Planning Center of Expertise for Coastal Storm Risk Management (PCX-CSRM). The principal geographic area of responsibility includes the North Atlantic Division boundaries but may include work anywhere within the domestic US. USACE Philadelphia intention is to award up to two, five-year indefinite delivery contracts, having a total capacity of $12,000,000.00 (each) with a maximum Task Order limit of $1,000,000.00.� The NAICS code for this procurement is 541330 with a size standard of $16.5M and will be a 100% Small Business Set-Aside.� THE EVALUATION FACTORS FOR SELECTION ARE PROVIDED BELOW: PROJECT INFORMATION:� This contract will provide A/E Services to support the following mission areas of the PCX-CSRM: (1) Coastal Planning Consulting Services; (2) Independent Technical Review/External Peer Review; (3) Regional and Nation-Wide Program Involvement; (4) Research and Development Prioritization; (5) Headquarter Policy Review Support; (6) Training/Lessons Learned; (7) Model Certification; (8) Hurricane Evacuation Studies; (9) Clean Air Compliance Support; (10) Archeological and Cultural Support. This contract will provide integrated A/E Services, including but not limited to the following disciplines: (1) Water Resource Planning; (2)Hydraulic/Hydrologic/Coastal Engineering; (3) Hydrodynamics Modeling; (4) Geotechnical Engineering; (5) Cost Estimating; (6) Civil Design/Structural Engineering; (7) Biological, Archeological and Cultural Resources; (8) Economic, GIS, and Environmental Analysis and Assessment. SELECTION CRITERIA:� The following primary selection criteria form the basis for selection. They are listed in relative descending order of importance:� (A) Specialized experience and technical competence in the type of work required with: (1) Demonstrated Experience in (a) Coastal Processes; (b) Coastal Project(s) (beach and inlet) Design; (c) Non-Structural Coastal Alternative Analysis and Design; (d) Storm Damage and Benefit (economic) Analysis; (e) NEPA; (f) Cultural Resource Management; (g) Technical Review of products, such as, Plans, Designs and Construction Documents; (h) Hurricane Planning, (Transportation Engineering, Storm Surge Mapping, Behavioral Analysis, etc.). Special qualifications include, but are not limited to: Capacity and Experience to use specialized computer programs such as MCACES and current coastal economic models such as Beach FX, G2CMR, and DEC-FDA used in Determining Benefits; Water Resource Planning, Formulation and Evaluation; Engineering Investigations; Environmental Inventorying and Analysis. (2) Experience in water resource/coastal project planning.� This includes a systematic, comprehensive approach incorporating multiple project purposes and objectives, for the purpose of water resource problem solving and decision making. (3) The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. � (4) The contractor should demonstrate familiarity with current US Army Corps of Engineers regulations, guidelines, and procedures, which can be assessed at:� http://www/usace.army.mil/publications. (B)� Professional Qualifications � consideration will only be given to firms that assemble a team of in-house personnel and consultants consisting of the following; (1) Project Manager; (2) Structural Engineer; (3) Civil Engineer; (4) Water Resource Planner (5) Hydraulic/Hydrologic Engineer; (6) Coastal Engineer with experience in (a) Coastal Processes Analysis, (b) Coastal Structures such as, bulkheads, jetties, groins and shore protection; (7) Cost Engineer; (8) Geotechnical Engineer; (9) Archaeologist (10) Economist with experience in (a) Performing Cost/Benefit Analysis on Civil Works Projects, especially on Shore Protection Projects; (11) Ecologist/Environmental Scientist; (12) Geologist/Hydrogeologist; (13) Environmental Engineer; (14) Soil Scientist; (15) GIS Specialist; (16) Bioengineer; (17) NEPA Specialist; (18) HTRW Assessment Specialist; (19) Habitat Assessment Specialist; (20) Real Estate Assessment Specialist; (21) Technical Writer.� Evaluation of qualifications will consider education, registration, and training and overall relevant experience using information from Section E of the SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Supervisory and/or key personnel should have a Professional Engineer (PE) or Project Management Professional (PMP) certification, where applicable.� (C)� Capacity to initiate work and complete within the time parameters of the project.� The evaluation will consider the availability of an adequate number of personnel in the following key disciplines:� plan formulation and evaluation, coastal engineering, civil engineering, and economic analysis.� The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team.� Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team.� (D)� Past Performance of Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources.� References and letters of recommendations from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330.� The letters should be for projects of a similar nature and shall be no older than three (3) years.� Secondary Selection Criteria:� (E) Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (F)� Location of the firm in the general geographical area of North Atlantic Division boundaries; (G)� 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 businesses (SB) and service-disabled businesses (SDB).� SUBMISSION REQUIREMENTS: (A) Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed Standard Form 330 (SF330) Parts I and II revised August 2016 or more recent for the prime A/E firm and SF330 Part II for each/any consultant. Include your DUNS number in block 11 of paragraph C of Part 1 of the SF 330. It is requested that the SF330�s �be provided on a CD-ROM along with two hardcopies. Please submit this information to: U.S. Army Corps of Engineers Philadelphia District Contracting Division ATTN: Richard Rivera Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3390 The submission must be made no later than 12pm EST on 9 March 2020. (B) All contractors are advised that registration in the System Award Management System (SAM) at www.sam.gov�is required prior to submission of your SF330s.� Failure to be registered in SAM may render your firm ineligible for award.� All firms are encouraged to register as soon as possible.� Information regarding this registration may be obtained by accessing the SAM website at www.sam.gov�. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://vip.vetbiz.va.gov/�. (C) The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to government requests for proposals, information, documentation, etc., in accordance with established schedules.� This is not a request for cost proposals.� No other notifications to firms will be made. (D) All questions�and/or concerns must be sent to both POC's below: (1) Primary POC: Richard Rivera�at Richard.rivera2@usace.army.mil (2) Secondary POC: Jamaal Edwards at�Jamaal.A.Edwards@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af553124ec674f1bb89fa844be894a06/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05553441-F 20200208/200206230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.