Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Multi-Discipline Miscellaneous Civil Works and Other Architect and Engineering (A-E) Services Within the Boundaries of the Jacksonville District

Notice Date
4/11/2025 3:21:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP25R0007
 
Response Due
4/24/2025 10:00:00 AM
 
Archive Date
05/09/2025
 
Point of Contact
Sherelle Barber, Phone: 9042323916, Peter S. Barone, Phone: 9042321183
 
E-Mail Address
sherelle.n.barber@usace.army.mil, peter.s.barone@usace.army.mil
(sherelle.n.barber@usace.army.mil, peter.s.barone@usace.army.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. CONTRACT INFORMATION: This procurement will be conducted in accordance with Public Law 92-582 (Selection of Architects and Engineers or Brooks Act) as implemented in FAR Subpart 36.6. The Government intends to award a target of eight contracts as a result of this announcement. The Government has a target to award four other than small business (OTSB) awards and a goal of four awards to small businesses (SB) with a SB reserve target of 10 awarded task orders. The total capacity of the eight contracts is $83,000,000. The eight contracts will be IDIQ contracts for a period of one year from date of award, with options to extend for four additional years, not to exceed a total of five years. The primary purpose of this contract is to provide A-E services for projects located within the geographic area of Civil Works (CW) responsibility of the Jacksonville District (SAJ) of the U.S. Army Corps of Engineers (USACE) on land, and on protected and unprotected water, to include portions of Florida and Georgia (See Exhibit A � SAJ AOR MAP). The South Atlantic Division (SAD) includes parts of Mississippi, Alabama, Georgia, Florida, North Carolina, South Carolina, Virginia, Puerto Rico, and the Antilles. The primary purpose of this proposed contract is to provide services for projects located within the SAJ AOR. Secondarily, the contract may be used to provide services throughout the SAD AOR. The contractor will have the right to refuse orders for services to be performed outside the SAJ AOR. Only the Offerors considered most highly qualified (MHQ) will be awarded a contract. IDIQ MATOCs will be negotiated and awarded from this solicitation with subsequent work issued by negotiating firm-fixed price (FFP) task orders. All Offerors responding to this announcement MUST identify to which category they are submitting. All Offerors must state the words, Small Business, or Other than Small Business after the solicitation number in PART I, A, Block 3 of Standard Form 330. A separate SF 330 MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Small Business (SB) proposals will be evaluated separately for the purpose of selection. That said, SB proposals will be evaluated concurrently (at the same time as, during the same selection board) with the Unrestricted (UNR) pool. A separate board will not be convened for either SB or UNR selections. SBs may submit to compete for one of the SB Reserve (pool) contracts and SBs may also submit to compete for one of the UNR (pool) contracts. SBs must submit separate SF330s for each pool in which they wish to be considered. The North American Industrial Classification System (NAICS) code is 541330, which has a small business size standard of $25,500,000 in average annual receipts for its preceding three fiscal years. All interested OTSB A-E Offerors are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged business concerns in accordance with the provisions of Public Law 95-507 and FAR 19.201(a). If an OTSB (i.e., a large business) is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. Large business Offerors should keep small and small disadvantaged business concerns in mind when considering qualifications of potential subcontractors and ensure each proposed subcontractor socioeconomic status is clearly identified in the submission of qualifications. See FAR part 19.704 for SB subcontracting plan requirements. NOTE: Small Business Offerors selected for award must comply with the performance of work requirements as stated in FAR 52.219-6 Notice of Total Small Business, and/or FAR 52.219-14, Limitations on Subcontracting. Additionally, Small Business Offerors selected for award must be certified in the System for Award Management (SAM) at the time of submission of a price proposal. This is a requirement for SB concerns eligible under the respective program, which have provided all the required documents to the respective program repository. Large Businesses that are selected for award must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large Businesses are required to submit a detailed subcontracting plan during contract negotiations. Offerors must adhere to local legal requirements for conducting business in the State of Florida. Selection for task order negotiations after contract award: The minimum guarantee for each contract will be $10,000; applicable to the base period only. Each task order will be assessed based on whether the task order is appropriate for SB (from reviewing SF330s on file) and set the acquisition aside for SB if it is appropriate. In the event that it is not appropriate to set the acquisition aside for SB, the acquisition will then be opened to the OTSB. Once the MHQ firm is selected, negotiations will be conducted until a fair and reasonable price is achieved. Awarding four contracts in each category (i.e. SB and OTSB) will ensure fair opportunity is given among each of the firms and will follow CECT-ZA Memorandum, Updated Procedures for the Selection of task orders on A-E IDCs. 2. PROJECT INFORMATION: This scope for A-E services will include engineering and design services for civil works projects for the planning, design, construction management, monitoring, operation and maintenance of projects including inland flood risk management, aquatic ecosystem restoration, coastal storm risk management, and navigation. Projects/features may include, but are not limited to, dams, levees, dikes, canals, water control structures (e.g. gates), pump stations, bridges, maintenance dredging for navigation and military channels, beach nourishment, dredge material management areas, and coastal hard structures such as jetties, groins, revetments, breakwaters, and seawalls/bulkheads. Services may include, but are not limited to, design reports, engineering studies, data collection and investigations, estimates of construction costs and schedules, calculations/analyses, site planning, construction plans/drawings and technical specifications suitable for use in competitive bidding processes, and other areas of engineering and design required for a complete and useable project. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance (first by major criterion then by each sub-criterion). Criteria in paragraphs A through F are primary. Criteria in paragraphs G and H are secondary and will only be used as a tiebreaker among Offerors that are essentially technically equal. EP 715-1-7, 29 Feb 2012, Architect-Engineer Contracting in USACE, paragraph 3-8d provides, in pertinent part, that Evaluation Method. A board may use any qualitative method, such as adjectival or color coding, to evaluate and compare the qualifications of the firms relevant to each selection criterion. The board intends to use adjectival ratings in its evaluation of the firms by major and sub-criteria for this procurement. Evaluation of the completeness, accuracy, organization and following of these synopsis/solicitation submission requirement instructions will affect the performance rating of the firm as a record of work quality. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Offerors must clearly demonstrate experience and competence for engineering and design services through relevant projects completed within the last ten years (measured from the date of this synopsis). Project summaries should document breadth and depth of expertise and technical competence for the following evaluation criteria A.(1) � A.(4). Additional projects may be included in SF 330 Section H. All projects shall be clearly annotated with applicable A-E firms from the team. Images of work products must be clearly annotated with a specific description of what is being presented, and which firm produced the items depicted in the image. A maximum of ten relevant projects of the prime, the subcontractor(s), or both, where relevant engineering work was completed within the past ten years (measured from the date of this synopsis), will be reviewed in PART I, Section F. Of these ten projects, the prime must have performed and completed a minimum of six projects (either as the prime or subcontractor). Joint Venture (JV) submissions shall also provide a minimum of six projects; however, if the JV does not have the minimum projects as a JV Offeror, then the Offeror may supplement with projects performed by the members of the JV in their individual capacities to meet the minimum requirements. Use no more than two pages per project. A Project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing IDIQ contract(s). If multiple work orders are issued for the same scope of work (i.e. investigations, then preliminary, intermediate, and final design), these can be aggregated into a single project. It shall be noted that an IDIQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. Combining multiple task orders under an IDIQ to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when the project will be completed for each contract and/or task order. Include the percentage of work self-performed for each contract and/or task order. If proposing as a JV, include the percentage of work self-performed by each JV member. Inland Flood Risk Management: includes but is not limited to, numerical modeling and analysis of surface water and groundwater, geotechnical investigations and analysis, field and laboratory material testing, ability to provide services and deliver products using the Autodesk suite of software, engineering and design support of dams, levees, dikes, canals, water control structures, pump stations and utility systems. Please reference the following public sources to learn more about USACE and SAJ Flood Risk Management Program responsibilities and mission: (Note: If the link does not take you to the website, please copy and paste the link into your internet browser.) https://www.saj.usace.army.mil/FloodRiskManagement/; and https://www.iwr.usace.army.mil/Missions/Flood-Risk-Management/Flood-Risk-Management-Program/; Aquatic Ecosystem Restoration: includes but is not limited to, numerical modeling of surface water and groundwater, engineering and design of features and projects that provide for restoration or improvement of the quantity, quality, timing and/or distribution of water. This includes the analysis of surface water and/or groundwater flows, hydrology, hydraulic design of canals, water control structures, and analysis of water quality. Please reference the following public source to learn more about USACE and SAJ Ecosystem Restoration responsibilities and mission: https://www.saj.usace.army.mil/Missions/Environmental/Ecosystem-Restoration/; Coastal Storm Risk Management: includes but is not limited to, engineering and design of beach nourishment and coastal hard structures such as groins, revetments, breakwaters, and seawalls/bulkheads. This includes the analysis of coastal sediment transport and morphology, numerical modeling of coastal storm damages, and marine geotechnical investigations for borrow areas. Please reference the following public source to learn more about USACE and the Jacksonville District CSRM responsibilities and mission: https://www.saj.usace.army.mil/Missions/Civil-Works/Shore-Protection/ Navigation: includes but is not limited to, engineering design for navigation channels, navigation structures such as jetties, maintenance dredging, and dredge material management areas, coastal ocean circulation modeling for water quality (associated with dredging events), inlet sediment budgets and management plans, and marine geotechnical investigations. Please reference the following public sources to learn more about USACE and the Jacksonville District Navigation responsibilities and mission: https://www.saj.usace.army.mil/Missions/Civil-Works/Navigation/ B. QUALIFIED PROFESSIONAL PERSONNEL: The A-E shall demonstrate that all expertise requirements (see Project information and Selection Criterion A above.) are reflected on key personnel resumes. The selected firms must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure, state, date first licensed, and certification numbers within SF 330 Section E resumes) where applicable. Do not include images of the actual certificates. Qualified Professional Personnel must be summarized in a table which includes all personnel for whom a resume is provided. The table must be categorized by: 1) A sequential number for each of the key personnel for whom a resume is submitted; 2) Key Person Name (from Section E, Block 12); 3) Role in this Contract (from Section E, Block 13); 4) Years Experience Total/With Current Firm (from Section E Blocks 14 a and b); 5) Firm Name and Location (from Section E, Block 15); 6) Education (Degree and Specialization) (from Section E, Block 16); 7) Current Professional Registration(s) (from Section E, Block 17); 8) Training (from Section E, Block 18); 9) Experience Performing the Required Services (indicate for which services addressed in this synopsis the key person has experience); and 10) Page Number of SF 330 Part I, Section E on which the resume can be found. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. SAJ does not anticipate Offerors will provide disciplines not identified in the selection criteria. If Offerors submit disciplines not identified in the selection criteria, those disciplines will not be evaluated for qualified professional personnel. A minimum of one resume is required for each key discipline showing relevant education and training, registration, intended contract role(s) as defined herein to be filled by person, as well as experience both past and recent (within the last 10 years measured from the date of this synopsis). Note that an individual possessing the required expertise of more than one contract role is acceptable, but the resume must clearly demonstrate meeting the required length of experience of each contract role via documented project assignments/experience. Submit a separate resume per role if the individual is performing more than one role. Resumes (Section E of the SF 330) must be provided for these disciplines, including consultants. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. In Block G-26, along with the names of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. A SF 330 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. Resumes shall be submitted under Section E of the SF 330 PART I. The following disciplines with applicable professional registrations are required. Licensed Professionals: Key personnel must have a professional license in Engineering and must include the following disciplines: Civil Site, Civil Structural, Civil Geotechnical, Civil Water Resources (including hydraulics, hydrology, and coastal), Mechanical, Electrical. At least one key person from the prime must have a professional license for Engineering in the State of Florida. Project Management: Project Managers must have at least ten years of relevant experience and possess a professional license in Engineering. Recent relevant Florida experience will be given higher consideration. Cost Estimator: Cost Estimators must have a minimum of five years� experience preparing both cost estimates and construction schedules, a minimum of five years� experience using Microsoft Project software, and a minimum of five years� experience using Micro-Computer Aided Cost Estimating System (MCACES) software. Applicable licensure or certification will be given additional consideration, but lack thereof will not be weighed negatively. C. CAPACITY TO ACCOMPLISH THE WORK: Offerors must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates. Prime Offerors must demonstrate the ability to accomplish 51% of the work with in-house resources. Small Business Joint Ventures should submit audits completed by SBA documenting compliance with SBA SB JV requirements. For new JVs, provide detailed discussion in Section H, showing how the SB will self-perform 40% of the work outside of administrative tasks. Offerors must demonstrate the ability to accomplish multiple task orders simultaneously. D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Offerors must demonstrate positive past performance in accomplishment of similar work within the last 10 years (measured from the date of this synopsis). Past performance of relevant projects in Florida will be given higher consideration. Offeror must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Past DoD performance data available to the Government will be evaluated (lack of available data will not be evaluated negatively). Offerors may include other credible, documented supporting information on past performance such as letters of commendation or information on problems encountered in prior contracts with discussion of actions taken to remedy unsatisfactory performance (lack of supporting information will not be evaluated negatively). E. KNOWLEDGE OF THE LOCALITY: In PART 1, Section H, describe and demonstrate the proposed team familiarity with civil works design requirements applicable to SAJ AOR, i.e. primarily Florida. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with SAJ stakeholders. F. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Prime Offerors based in or having branch offices in Florida will be given preference, provided there are an adequate number of qualified Offerors for consideration. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS A TIEBREAKER, IF NECESSARY: G. EXTENT OF PARTICIPATION OF SMALL BUSINESSES: In PART I, Section H, provide a Small Business Participation Plan in accordance with FAR 52.219-8. As a secondary criterion, SAJ will evaluate this information, and offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. OTSB businesses shall note that, if selected, their Small Business Subcontracting Plan shall reflect and be consistent with the commitments offered in the Small Business Participation Plan. H. VOLUME OF PAST DoD CONTRACTS AWARDED TO FIRM: Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. An IDIQ Contract is not considered applicable for this factor. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. Work previously awarded to the firm by DoD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified Offerors. 4. ENFORCEABILITY OF PROPOSAL: The proposal must set forth full, accurate, and complete information as required by this announcement. By submission of the offer, the offeror agrees that all items proposed (if applicable e.g., key personnel, subcontractors, etc.) will be used for the duration of the contract and any substitutions shall require prior Contracting Officer approval. The award decision for this contract will be based, in part, on an evaluation of the key personnel and/or subcontractors the Contractor included in its proposal for the positions and/or items of subcontracted work identified in the proposal. The Contractor agrees these key personnel and/or subcontractors will be employed as described in its proposal and no substitutes will be employed without the prior written approval of the Contracting Officer. The Contractor further agrees that any proposed substitutes shall meet or exceed the qualifications of the original personnel and/or subcontractors. If the Contractor proposal did not name a subcontractor for an identified item of work, the Contractor will not be allowed to subcontract that item of work without prior approval of the Contracting Officer. This is not a request for a price proposal. As required by acquisition regulations, interviews to discuss prospective contractors qualifications for the contracts will be conducted only for those Offerors considered most highly qualified after submittal review by the selection board. Interviews will be scheduled after the final selection board has determined the most highly qualified Offerors. 5. SUBMISSION REQUIREMENTS: Offerors meeting the requirements described in this announcement and wishing to be considered must submit their SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and SF 330, Part II, for the firm or joint venture and each subcontractor electronically to PIEE Solicitation Module at https://piee.eb.mil/ system. A firm will not be considered if its SF330 Part I is not signed, unless the SF330 Part I is accompanied by a signed cover letter or a current (within 3 years) signed SF330 Part II. If a firm does not submit an SF330 Part II with its SF330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). Submit qualification proposals with SF 330 Parts I and II in Adobe Portable Document Format (PDF) as two separate electronic files. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. The two electronic files shall be named as follows: W912EP25R0007FirmName-SF330-I.pdf W912EP25R0007FirmName-SF330-II.pdf Supplemental Instructions regarding SF 330 in general: Offerors shall use STANDARD FORM 330 (REV. 7/2021 when responding to this solicitation. Offerors shall follow all instructions that accompany SF 330 and as supplemented in this solicitation. If there are any conflicts between the SF 330 instructions and the supplemental instructions of this solicitation, the instructions included in the solicitation shall govern. The required font is Arial 11. All pages of the proposal shall be 8.5 in. x 11.0 in., except that the SF 330 PART I, Section D, Organizational Chart of the Proposed Team, and the Matrix required as SF 330 PART I, Section G may each be presented on a page up to 11.0 in. x 17.0 in. at the proper location and each counted as one individual page. All pages of the firm SF 330 proposal, in response to this synopsis/solicitation, shall be numbered sequentially either for the entire package or within each section. A Table of Contents shall be included, located before SF 330, PART I, Section A. Bookmark PDF submissions with a minimum of a single bookmark for each section (i.e. Section A, B, C, D, E, F, G, H). Use no smaller than 11 font type using standard English. Pages in excess of maximums listed will not be used in evaluation of the selection criteria. Supplemental instructions regarding SF 330, PART I � CONTRACT SPECIFIC QUALIFICATIONS: Resumes shall be submitted under Section E of the SF 330 PART I. In Block G-26, along with the names of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. Do not exceed 15 pages for Section H. Supplemental instructions regarding SF 330, PART II � GENERAL QUALIFICATIONS: The SF 330 PART II portion of the Offeror proposal shall consist solely of SF 330 PART II single-page forms. The offeror shall include one PART II form for each Branch Office/Firm that comprises part of the PROPOSED TEAM as listed in SF 330, PART I, Section C. Nothing else shall be submitted/included with SF 330 PART II. Submittal packages must be received via the method indicated above, no later than 1:00 P.M. Local Time on April 24, 2025. Submittals received after this date and time will not be considered. If submitting as a joint venture, submit a copy of the Joint Venture Agreement and SBA JV Audit as applicable. The Contract Specialist is Mr. Peter S. Barone at peter.s.barone@usace.army.mil The Contracting Officer is Ms. Sherelle N. Barber at sherelle.n.barber@usace.army.mil Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. While there is not a specific page limit, clear and concise proposals are preferable. The NAICS code is 541330. Responses to this request shall be submitted electronically as stated above; telephone calls and personal visits are discouraged. This is not a request for priced proposal. Hand delivery will not be accepted. Questions may be submitted up to 3 days prior to the final submission due date. Final Q�s & A�s will be posted to SAM.gov not later than 2 days prior to the final submission due date. Written requests for explanation or bidder inquiries must be sent to the person identified as the Contract Specialist via email. Inquiries and requests that are directed to any other person may not be relayed to the proper person and therefore, may not be answered. A pre-proposal teleconference will be held on Monday, April 7, 2025 at 1:00 PM Local Time. Due to limited ports, the teleconference is being held only for those Offerors interested in this specific work. To RSVP, please send an email to Contract Specialist, peter.s.barone@usace.army.mil, with Solicitation No. W912EP25R0007 in the Subject Line. The pre-proposal slideshow, attendance roster, and Q and A will be posted as attachments to the combined synopsis/solicitation, after the teleconference has concluded.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/10867410fff74d019ce7d3dd3dadd49a/view)
 
Place of Performance
Address: Jacksonville, FL 32207, USA
Zip Code: 32207
Country: USA
 
Record
SN07405979-F 20250413/250411230051 (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.