Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2020 SAM #6925
SOLICITATION NOTICE

C -- IDC FOR DESIGN SERVICES FOR CIVIL WORKS PROJECTS FOR THE GREAT LAKES AND OHIO RIVER DIVISION

Notice Date
11/12/2020 11:13:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-0007
 
Response Due
12/14/2020 1:00:00 PM
 
Archive Date
12/29/2020
 
Point of Contact
Karen L. Simmons, Phone: 3043995182, Fax: 3043995281, Kristin D. Blake, Phone: 3043995693
 
E-Mail Address
karen.l.simmons@usace.army.mil, kristin.d.blake@usace.army.mil
(karen.l.simmons@usace.army.mil, kristin.d.blake@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (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. ��Engineering, design, and related services are required for various types of civil works projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. One indefinite delivery contract will be negotiated and awarded with a one year base period and four, one year option periods. The amount of the contract will not exceed $25,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. This announcement is restricted to small businesses only. The North American Industrial Classification System code (NAICS) is 541330, which has a standard size of $16,500,000.00 in average annual receipts. Limitations on subcontracting are referenced in FAR clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A corporate Quality Control Plan will be required at the time of award. Each task order will require a task specific Quality Control Plan and if site work is required, a Site Specific Safety and Health Plan in accordance with the USACE Engineering Manual (EM) 385-1-1. To be eligible for contract award, firms must be registered in the System Award Management (SAM) at the time of submission (FAR 4.1102). Register via the SAM website at https://www.sam.gov/portal/public/SAM. � �PROJECT INFORMATION:� The contract services include Civil, Structural, Electrical, and Mechanical work, and CADD;� including but not limited to:� planning; preliminary studies; engineering, environmental and architectural services; support general construction services; engineering type surveys; field data collection; verification of existing field data; inspection; analysis; modeling; review; design; development of Plans and Specifications (P&S) with required calculations including quantities of materials, cost estimates, schedules, reports, and produce survey data for, but not limited to survey controls, topographical features, drainage, roadways, inspections, etc. � The A-E shall furnish a registered professional structural engineer with bridge experience or registered professional bridge engineer with experience in bridge design and calculation of load ratings and preparation of required forms and reports.� The bridge features include: arch, beam, box girder, girder, plate girder, segmental, truss, cable stay, cantilever concrete, culvert style, and steel trestle.� Bridges may be steel, concrete, stone, or other materials. The A-E shall furnish a registered professional engineer for sanitary engineering, civil engineering, landscape engineering, electrical engineering, and mechanical engineering as required by Task Order to be available for electric, water, sanitary sewer, storm sewer, gas, fluids, steam, high temperature water, telephone, computer, data, and other similar systems.� Design work may include Civil, Structural, Architectural, Electrical and Mechanical disciplines.� This may entail the design or analysis of small structures or components of large structures.� Such would include, but not be limited to, the following:� masonry and reinforced concrete structures, steel structures, timber structures, deep and shallow foundations, piers, walls, cantilevers, slabs, columns, vertical construction (building components), mechanical systems (HVAC systems, pumps, pump stations), electrical systems (power supply, signal, �indoor and outside lighting systems, arc flash analysis per NFPA 70E, motor control centers), Civil/Site Features (utilities, storm drain systems, sanitary systems, earthwork, cuts and fills, roadways, bridges, cofferdams,� parking lots, curbs, gutters, boat ramps, seeding and landscaping).� The design may involve hydrostatic loading or dynamic loading in a marine (river) environment.� A-E shall provide plans and specifications, quantities, design calculations, and models.� This work must be signed and certified by Registered Professional Engineers, Surveyors, Architects, and/or Landscape Architects, licensed in appropriate States, in which the projects reside. �In some cases, Registered Geotechnical Engineers and Hydraulic Engineers may be required to assist with the Design or Analysis of a Feature of Work.� Appropriate Reviews, Checking, Verifications, Quality Control, and Certifications of all work are required. 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 �100% compatible� means that data can be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital data fields.� 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 10 Professional operating system.� The Government CADD system includes the following software applications:� a) United States National CAD Standard Version 6, b) A/E/C CAD Standard Release 6.1, c) A/E/C CAD Standard Supplement for Huntington District Latest Revision, d) Huntington District Drafting Manual Latest Revision, �e)Huntington_District_CADD_Standards_5.0.zip, f) Bentley Projectwise Explorer 10.00.03.167, g) Bentley MicroStation 10.12.00.40 CONNECT, h) Bentley Navigator 10.02.01.124 CONNECT, i) Bentley I-Model Composer 08.11.09.293, j) Bentley Descartes for MicroStation 08.11.09.720, k) Bentley Power InRoads SS10 08.11.09.918, l) Bentley Map Enterprise m) Bentley Projectwise Interplot Organizer 10.00.00.42, n) Microsoft Office Suite 2013, o) Adobe Acrobat DC, p) 7-Zip file Manager.� The A-E shall be able to provide state of the art survey capability in order to accomplish its designs and tasked work. �A-E shall be able to provide all survey data in ASCII format as indicated on task orders. The A-E shall perform both field and office investigations as specified in individual task orders to accomplish the work assigned over various and multiple different structures, sites, and site conditions.� The A-E shall provide registered engineering staff, access to design staff for advice or clarification, and/or inspection to assure its design is completed in accordance with specifications if directed in the task order. The Government shall provide available data pertaining to known utilities at, and near, the project site.� The A-E shall verify by field reconnaissance the current locations of all utilities and the locations of any undocumented utilities.� A registered Landscape Architect shall be needed for design and review of grading, topsoiling, planting, seeding, walks, access drives, parking areas, fencing, and similar features to be constructed or provided.� 3� SELECTION CRITERIA:� The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F is secondary and will only be used as a �tie- breaker� among firms that are technically equal. (A) Specialized Experience and Technical Competence: Firms must demonstrate specialized experience, technical competence, and availability of staff.� The following types of services will be ranked in descending order of importance: bridge design and inspections, hydraulic steel structure design and inspection, civil site layout (preparation of applications for NPDES as well as construction permits, performing civil site layout to derive a reasonable and logical sequence of construction activities), relocations, mechanical design, electrical design, sanitary and water projects, drafting, road designs, pump stations, construction inspection, risk and reliability, residential and commercial floodproofing, education (K-12) and public buildings, other architectural services, hydrologic and hydraulic studies, streambank protection/channel improvement, geotechnical, planning studies, ecological stream restoration and natural remediation, and recreation.� The types of products to be produced include inspection reports, design report, design analysis, Plans and Specifications, material quantities, cost estimates, schedules, field work, and engineering during construction to support our mission on local protection projects (floodwalls and levees), reservoirs and dams, lock and dams, local and �Support for Others� type projects.��� �� � (B) 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.� The firm shall indicate in their proposal which individuals will serve in what capacity.� The firm shall use the individuals listed in their proposal unless otherwise authorized by the Contracting Officer.� The firm must staff the necessary Registered/Licensed Engineers, Architects and Surveyors having the professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices.� Firms will be ranked on the above qualified registered professional personnel in the following key disciplines in descending order: ��������� Civil Engineers ��������� Structural Engineers ��������� Mechanical Engineers, ��������� Electrical Engineers ��������� Sanitary Waste Engineers ��������� Hydraulic Engineers ��������� Geotechnical Engineers ��������� Geologists ��������� Planner ��������� Architects ��������� Specification Writers ��������� Estimators ��������� Professional Surveyors ��������� Environmental Engineers ��������� Environmental Geologist ��������� Biologist (Ecologist) ��������� Hydrogeomorphologist ��������� Chemist ��������� Industrial Hygienist, ��������� Construction Inspector/Quality Assurance and ��������� Engineering Technicians (Draftsmen/CADD Operators) ��������� Program Manager ��������� Hazardous Waste Specialist� Please classify personnel of the key disciplines above in the following levels: Level 1 experience includes five to ten (5-10) years of conventional engineering experience in design and/or construction in, structural, civil, electrical, or mechanical engineering. Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in engineering design.� Experience should include all that within the Level 1, plus experience in bridge inspections and hydraulic steel structure inspections.� Level 3 experience includes more than fifteen (15+) years of conventional engineering experience in engineering design.� Experience should include all that within Levels 1 and 2, plus bridge and hydraulic steel structure design experience.� (C) Past Performance: Firms must demonstrate past performance in work similar in technical scope on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from the Contract Performance Assessment Reporting System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS), and other sources. CPARS and FAPIIS are the primary sources of information on past performance. Verifiable, documented evaluations from sources outside CPARS and FAPIIS 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 CPARS and FAPIIS. (D) Capacity: Capacity of the firm to perform as much as $2,000,000.00 in work per annum in a satisfactory and efficient manner. The evaluation will consider the firms� ability to provide required personnel to meet the requirements above and the availability of an adequate number of persons in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Include an organization chart of the key personnel assigned to the contract.� Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive complex 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. (E) Knowledge of the Locality:� Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. (F) 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 (SB) and small disadvantaged businesses (SDB). 4. SUBMISSION REQUIREMENTS:� ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY. Hand carried delivery or USPS/UPS/FEDEX delivery of hard copies and or CD-ROMs are not authorized. Facsimile submission is not authorized. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).Instructions for uploading submissions has been added to the beta.sam.gov announcement.� You must follow these instructions.� The deadline for submission has not changed.� Electronic proposals must be received to the Government NLT 4:00 PM Eastern Standard Time on December 14, 2020.� The SAFE Instructions clearly define what constitutes a timely electronic submission.� This is not a request for proposal. The POC for this procurement is Karen Simmons, karen.l.simmons@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e4f5064c4b2e42288e866a33458fe1ff/view)
 
Place of Performance
Address: Huntington, WV 25701, USA
Zip Code: 25701
Country: USA
 
Record
SN05851413-F 20201114/201112230138 (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.