Indefinite Delivery Indefinite Quantity Civil Works and Associated Design A-E Services Contract for the Albuquerque District Corps of Engineers (SPA)
SOLICITATION NO. W912PP19R0017 FOR INDEFINITE DELIVERY/INDEFINITE QUANITITY CIVIL WORKS AND ASSOCIATED DESIGN A-E SERVICES CONTRACT FOR THE ALBUQUERQUE DISTRICT CORPS OF ENGINEERS (SPA) 1. CONTRACT IN... SOLICITATION NO. W912PP19R0017 FOR INDEFINITE DELIVERY/INDEFINITE QUANITITY CIVIL WORKS AND ASSOCIATED DESIGN A-E SERVICES CONTRACT FOR THE ALBUQUERQUE DISTRICT CORPS OF ENGINEERS (SPA) 1. CONTRACT INFORMATION: SPA has the intent to solicit and award a target of five (5) (three (3) large business, two (2) small business) Indefinite Delivery Contracts (IDCs) for Civil Works, primarily for A-E studies and design on flood control and erosion protection projects within the Albuquerque District Corps of Engineers (COE) boundaries, which include Southern Colorado, New Mexico and Southwest Texas, for a base period of one (1) years with four (4) one year option periods. However, the Contractor may be required to work outside this area. The successful firm may be utilized for complete projects or in support of in-house efforts. Services during construction may include construction inspection, shop drawing review and as-built drawing preparation. These contracts will be procured in accordance with Public Law PL 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $40,000,000 over the life of the contract. The successful firms are guaranteed no less than $2,500 for both the base period and the option period. The anticipated Contract award date is 30 May 2019. Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for general services type procurement. Large businesses as well as identified small businesses under NAICS 541330, with a size standard of $15 Million, are invited to apply. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. The subcontracting plan must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. If any of the work is to be subcontracted, the Albuquerque District goal is for 44.0% of the subcontracted dollars to go to small business, with 13% of those dollars going to Small Disadvantaged Business, (Per DFARS 219.705-4, the minimum subcontracting requirement to Small Disadvantaged Small Businesses is 5.0%). 15% of those dollars going to women owned small businesses, 11% of those dollars going to certified HUBZone Small Businesses, and 2% of those dollars going to Service Disabled Veteran Owned Small Businesses. 2. PROJECT INFORMATION: The work may include any and all types of engineering studies and reports, preliminary and final designs to include cost estimates, plans and specifications, associated site surveys and mapping, and services during construction. Work required may include, but is not limited to hydrologic and hydraulic analysis and design, river and groundwater modeling, geomorphic assessment and sediment transport, field data acquisition, levee inspections and evaluation, concept design development, and both feasibility level and for construction design support. Some designs may be developed using the metric system of measurement. 3. SELECTION CRITERIA: The selection criteria 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 through h are secondary and will be used as "tie-breakers" among technically qualified firms. Recent experience is defined as experience within the last 7 years from the issuance of this synopsis. a. Demonstrated Specialized Experience and Technical Competence: Firms must have, and demonstrate competence in: 1) rainfall/runoff modeling 2) discharge and volume frequency analysis 3) sediment yield/sediment transport analysis 4) surface water modeling 5) running operational scenarios through the RiverWare modeling software 6) hydraulic design of flood control structures and local drainage infrastructure to include trunklines and detention basins. 7) overflow/floodplain analysis 8) flood hydrograph analysis 9) water control management 10) preparing hydrologic and hydraulic documentation reports and water control manuals 11) performing risk and uncertainty analysis 12) GIS applications and Computer Aided Drafting support for H&H projects 13) Climate Change Evaluations 14) creating Physical Models, or multi-dimensional numerical models and Computational Fluid Dynamics modeling 15) Computer capability and experience in using Corps of Engineers' Hydrologic Engineering Center (HEC) programs including, but not limited to the following, HEC-HMS, HEC-RAS, HEC-SSP, HEC-5, HEC-RESIM, FLO-2D, HEC-FDA, HEC-6, ADH, RiverWare, FME, Python and other computer programming/coding languages, and Arc-Info GIS and Computer Aided Drafting supporting H&H Design and Analysis (including adherence to current Spatial Data Standards) is required. 16) Experience using HEC-DSS (Hydrologic Engineering Center Data Storage System), HEC-1, HEC-2, HEC-FFA, HSPF, is desirable. 17) Preparation of studies, designs, plans and specifications, and construction cost estimates for flood control structures (dams, levees, basins and channels), streambank stabilization, streambed grade control, environmental restoration measures, roads, parking areas, bridges and design of utility improvements. 18) Experience in MicroStation InRoads? and AutoCADTM software. 19) The ability to create drawings and construction plans in MicroStation? and AutoCADTM 20) The ability to create narratives compatible with MS WordTM format. 21) Implementation of a Design Quality Management Plan. 22) Energy conservation, pollution prevention, the use of recovered materials and achieving waste reduction. 23) The ability to create project standard specifications and construction contract documents. b. Professional Qualifications: Firms must be able to provide registered professionals to include the following disciplines: (1) Hydrologic Engineering, (2) Hydraulic Engineering, (3) Sedimentation, (4) Project Management, (5) Civil Engineering Site Design, (6) Geographical Information System (GIS), (7) Environmental Engineering, (8) Computer Aided Drafting experienced with InRoads? and AutoCADTM and the Architectural Engineering and Construction (AEC) CADD Standards, (9) Geomorphology, and (10) Land Surveying. The Project Manager must have experience managing design of COE "Civil Works" type projects. The design team must be familiar with relevant COE design criteria. c. Past Performance: Past performance within five years of issuance of this synopsis on DOD and other contracts related to cost control, quality of work, and compliance with performance schedules will be evaluated. d. Capacity: The firm must demonstrate the capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firm's knowledge and experience in the area encompassed in the Albuquerque District boundaries will be a consideration. f. SB and SDB Participation: Extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, Hub Zone and service disabled veteran service related business in the proposed contract team, measured as a percentage of the estimated effort. In the evaluation of primary and secondary factors, in-house capabilities will be weighted heavier than subcontracted work. Joint Venture Firms will be considered as having capabilities in-house. g. Geographic Location: Geographic location of the Office(s) to perform the work with respect to the Albuquerque District Boundaries will be a consideration. h. Volume of Work: Volume of DOD contract awards in the last 12 months considering equitable distribution of work among A-E firms including small and small disadvantaged firms that have not had prior DoD contracts. 4. GENERAL INFORMATION: This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. Interested firms having the capabilities to perform this work must submit one (1) original two (2) hard copy AND one electronic copy of SF 330 "Architect Engineer Qualifications" for the prime firm and all consultants. Should there be discrepancies between the paper and the electronic submission, the paper copy shall govern. Only data furnished by the responding firm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in Block H of the SF 330. Firms shall include only 10 PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN 10 PAGES. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and subconsultants for this contract will be required to perform throughout the contract term. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. OFFERORS MUST BE REGISTERED with the System for Award Management (SAM), formerly the Central Contractor Registration (CCR), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Responses are due no later than 2:00 p.m. local time, on 19 April 2019. The delivery addresses for your SF 330s are as follows: U.S. Army Corps of Engineers, Albuquerque District ATTN: Francesca Luna and Diana Keeran, Contracting Division 6200 Jefferson Plaza NE Albuquerque, NM 87109 Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org. 1. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page, you may view all bidder inquiries or add inquiry. 3. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. 4. The Solicitation Number is: W912PP19R0017 The Bidder Inquiry Key is: V694EP-BN8SD6 b. The Bidder Inquiry System will be unavailable for new inquires 5 days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. c. Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. d. 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. All questions should be submitted utilizing the USACE Bidder Inquiry System, ProjNet. Questions sent via e-mail will not be answered. The contracting POCs for this project are Francesca Luna, francesca.m.luna@usace.army.mil and Diana Keeran, Diana.m.keeran@usace.army.mil. All potential offerors are advised to check daily the Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. These contracts are being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. See numbered note 24 for general information on the A-E selection process. These task orders are firm fixed price. Projects to be assigned are not yet determined and funds are not presently available. THIS IS NOT A REQUEST FOR PROPOSALS
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »