The RFP Database
New business relationships start here

Architect and Engineering (AE) Services to Support the Sabine Pass to Galveston Bay, Coastal Storm Risk Management and Ecosystem Restoration, Freeport and Vicinit)


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Notice for an Indefinite Delivery Contract (IDC) for a Single Award Task Order Contract (SATOC) for Architect and Engineering (AE) Services to Support the Sabine Pass to Galveston Bay, Coastal Storm Risk Management and Ecosystem Restoration, Freeport (and Vicinity)

Solicitation Number: W912HY19R5328
Set-Aside Code: Unrestricted Full and Open Competition
Response Date: 22 April 2019


Description: ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW.
This notice is posted in its entirety and hereby serves as the official solicitation for this project.


CONTRACT INFORMATION: A-E Services for this contract include, but are not limited to, survey, investigations, comprehensive planning, technical analysis, modeling, engineering, design, construction phase services, and any necessary project and technical requirements that support the design and implementation of the project features. Capabilities include, but are not limited to, the development of preliminary studies through feasibility report development; engineering design through detailed plans, specifications; design/build request for proposal packages; design analysis/design documentation report preparation; value engineering; cost estimates, technical and bid-ability, constructability, operability, environmental, and sustainability (BCOES) reviews; real estate acquisition support; engineering during construction; and construction phase services for the Freeport levee system improvements and ecosystem restoration. The A-E may also be required to participate in teams executing projects through alternative methods of delivery that include, but are not limited to, early contractor involvement, pre-qualification of sources, etc.


This announcement is for a Single Award Task Order Contract (SATOC) for A-E services with a total capacity of $72M.


Selection of the A-E firm is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only the firm considered most highly qualified will be awarded a contract. A single award will be made from this solicitation. The contracts will be awarded for a term not to exceed a total of eight (8) years, which includes a four (4) year base period and two (2) two-year options. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total contract value of this procurement not to exceed $72,000,000 over the eight-year life of the contract.


Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding three (3) fiscal years. All interested Other than Small Business A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, compliance with FAR 52.219-9 is required, which includes a subcontracting plan for that part of the work it intends to subcontract. This plan will be submitted for review during the contract negotiation phase.


The North American Industry Classification System (NAICS) code for this action is 541330.


PROJECT INFORMATION: Sabine Pass to Galveston Bay is located along the upper Texas coast, comprising the coastlines of six counties: Galveston, Harris, Brazoria, Jefferson, Chambers and Orange. The project covers a 120-mile stretch of the upper Texas coast along the Gulf of Mexico shoreline from the Texas/Louisiana border at Sabine Pass in the east, to the western end of Galveston Island at San Luis Pass in the southwest. The project area includes Gulf and bay waters, barrier islands, marshes, coastal wetlands, rivers and streams and adjacent areas that make up the interrelated coastal area. Critical coastal ecosystems including sea turtle nesting habitat, piping plover critical habitat as well as two state and Federal wildlife refuges are within the project area. This region is home to more than five million people and is a major economic hub for Houston (Nation's fourth largest city), Freeport, Beaumont, and Port Arthur. Three of the Nation's top ten deep-draft ports, and 40 percent of the Nation's petrochemical industry lies within the project's footprint. In the entire study area, over 200 houses and up to 40,000 people are affected by shore erosion. This reach of the upper Texas coastal zone is at risk from wind and surge damage during storm events. The area has experienced significant shoreline erosion causing the destruction of nationally significant wetlands, loss of land and damage to homes, commercial property, and State Highway 87. Over the last ten years, the entire area was significantly altered both physically and economically causing billions in damages.


A "new start" feasibility study was performed to evaluate alternatives to address the problems identified, and the final study recommendations were approved by the Chief of Engineers on 7 December 2017. The recommended plan consists of three Coastal Storm Risk Management (CSRM) measures: 1) Orange, which includes a new levee system (floodwalls, earthen levee, pump stations, drainage structures, and closure gates); 2) Port Arthur (and vicinity), which includes improvements and extension to an existing levee system (floodwalls, earthen levee, and closure gates); and 3) Freeport (and vicinity), which includes improvements to an existing levee system (floodwalls, earthen levee, closure gates, drainage structures, pump station, and navigable sector gate). These three CSRM measures each function as independent systems. This SATOC is to support the design and implementation of the Freeport levee system improvements and ecosystem restoration. The Freeport system includes, but is not limited to, raising 13.1 miles of the existing earthen levee system, constructing/reconstructing approximately 5.5 miles of floodwall, constructing ten vehicle closure structures at road and railroad crossings, constructing various drainage structures, raising the Highway 332 crossing, providing additional capacity to an existing pump station, and installing a navigable sector gate. Services will be implemented with negotiated, firm fixed price (FFP) task orders (TOs) in the magnitude of $1M to $25M, unless approved by the Contracting Officer up to the capacity of the SATOC.


According to the Director's Policy Memorandum for Civil Works 2018-09, Principals of Delivery for the 2018 Emergency Supplemental, delivery targets were established for the completion of any necessary investigations, analyses, engineering, and design is one year with a target to complete all construction by January 2022 for construction less than $100M, January 2023 for construction ranging from $100 Million to $500 Million, and January 2024 for construction greater than $500 Million. As the feasibility study cost estimate for the Freeport levee system was $606 Million, SWG will be held to meeting these delivery targets.


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 thru E are primary. Criterion F thru H are secondary and will only be used as a tie-breaker among technically equal firms.


A. Specialized Experience and Technical Competence: A maximum of five (5) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past ten (10) years, will be reviewed in PART I, Section F. Of these five (5) projects, the prime must have performed and completed a minimum of three (3) of the five (5) projects (either as the prime or subcontractor). Joint Venture submissions shall also provide a minimum of three (3) projects; however, if the Joint Venture does not have the minimum projects as a Joint Venture Offeror, then the Offeror may supplement with projects performed by the members of the Joint Venture in their individual capacities. The projects must specifically address earthen levee systems, floodwalls, closure structures, and navigable sector gates within coastal environments.


Use no more than one (1) page 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 Indefinite
Delivery/Indefinite Quantity (ID/IQ) contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an ID/IQ 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 ID/IQ to create a single project will not be compliant with the solicitation criteria and 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 project will be completed for each contract and/or task order. Include the percentage of work self-performed by the prime for each contract and/or task order. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member.


In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Comprehensive planning and engineering services from Feasibility Studies and Engineering Design through detailed Plans and Specifications for Coastal Civil Works projects; (2) Planning and Environmental Compliance activities; (3) All phases of Engineering Design analysis and documentation for coastal Civil Works projects; (4) Construction plans and specifications; (5) Cost Estimating to include specialized experience with quantity takeoffs, cost schedule risk analysis, MCACES, total project cost summaries, ROM abbreviated cost risk analysis, and other areas of cost estimating as required using the latest software; (6) Value engineering studies; (7) H&H modeling software; (8) Risk Informed Decision Making; (9) Integration with teams involved in alternative methods of delivery, e.g. Early Contractor Involvement; (10) Survey, to include support to both design (land and bathymetric survey) and real estate acquisition; (11) Geotechnical Investigations in a coastal environment; (12) Stakeholder engagement; and (13) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with subconsultants, and prior experience of the prime firm and any significant subconsultant.


B. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure, state, and certification numbers) where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Recent for this solicitation is within ten (10) years of the solicitation issuance date. Submit no more than two (2) resumes per discipline and identify which resume is the "Contract Lead." The following disciplines with applicable professional registrations are required: (1) Project Manager; (2) Hydraulic Engineer with Professional Engineering Licensure; (3) Coastal Engineer with Professional Engineering Licensure; (4) Civil Engineer with Professional Engineering Licensure; (5) Cost Estimator with Professional Engineering Licensure or Certified by a Professional Organization such as AACE, ASPE, or equivalent; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Structural Engineer with Professional Engineering Licensure; (8) Mechanical Engineer with Professional Engineering Licensure; (9) Electrical Engineer with Professional Engineering Licensure; and (10) Construction Management Expert. If selected, any substitutions of those individuals identified as the "Contract Lead" will require the approval of the Contracting Officer.


The professional qualification evaluation will consider education, registration, overall relevant experience in the type of work required, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. 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. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume.


In Block G-26, along with the name 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 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 and must be provided for all firms listed in Section C.


C. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules will be evaluated. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Point of Contact Names and Point of Contact Telephone Numbers within Section F should be verified as those individuals may be contacted. No additional information is required.


D. Capacity to Accomplish the Work: Firms shall demonstrate the capacity to accomplish simultaneous task orders with a magnitude between $1M and $25M. Firms shall detail the depth and breadth of all team resources that would be made available for this SATOC.


E. Knowledge of the Locality. In PART I, Section H, describe and demonstrate the team's familiarity of projects within the Galveston District boundaries or along the Gulf Coast. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with Velasco Drainage District or similarly situated organizations.


F. Extent of Participation of Small Businesses. All firms, including any small businesses proposing as a prime, will be required to submit a small business participation plan with a mandatory goal of 40%. Small businesses submitting as a prime can include the work they intend to self-perform as part of their small business participation plan. In PART I, Section H, provide a Small Business Participation Plan in accordance with FAR 52.219-8. As a secondary criteria, SWG will evaluate this information, and offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. Large 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.


G. Geographic Proximity. As a secondary criteria, SWG will evaluate the geographic proximity of the offeror in relation to the geographic boundaries of SWG.


H. Volume of DoD Contract Awards. Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms.


SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or Joint Ventures having the capabilities to perform this work are invited to submit their proposal directly on this site at www.fbo.gov AND submit one (1) hard copy of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Galveston District, CESWG-RM, ATTN: Ms. Jacqueline Adekanbi, 2000 Fort Point Road, TX 77553. PDFs shall include bookmarks and be developed to allow full access to search capabilities.


An SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe -Acrobat XI or earlier version. Proposals submitted on anything other than the stated methods will not be accepted. All firms responding to this solicitation MUST label the CD with their company name and solicitation number. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) prior to award.


Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to exclude text, tables and figures. PART I, Section H OF THE SF 330 SHALL NOT EXCEED 10 PAGES. Small Business Participation Plan, JV Management Plan, Joint Venture Agreements, Volume of DOD Contract Awards, and Consent Letter will not count in the page-count maximum for PART I, Section H. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Please do not submit proposal text with multi-column formatting. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs.


Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M.
Central Time on 22 April 2019. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 29 April 2019. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board.


Interviews will be conducted by telephone and will most likely occur during the week(s) the Selection Board convenes.


Phone calls and personal visits for the purpose of discussing this solicitation are not allowed.


A pre-proposal conference will be held at the U.S. Army Corps of Engineers, Galveston District Office, 2000 Fort Point Road, TX 77553 on 3 April 2019 at 10:00 am Central Time. Individuals who wish to attend must register at https://www.eventbrite.com/e/pre-proposal-conference-ae-services-satoc-sabine-to-galveston-freeport-tickets-58804990309 no later than 5:00 pm on 28 March 2019. Registration password is: Freeport. All attendees are required to have a driver license to enter the facility. Your name must be on the registration list for entry, and no late substitutions or unregistered individuals will be allowed to enter.


ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 10 April 2019 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication (e-mail, fax, or telephone) will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your email address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W912HY-19-R-5328. The Bidder Inquiry Key is: 62DMEJ-3DY977. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.


To verify your submittal has been delivered, you may e-mail Ms. Jacqueline Adekanbi at
Jacqueline.B.Adekanbi@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.


Jacqueline B. Adekanbi, Contract Specialist, Phone 4097663100, Email jacqueline.b.adekanbi@usace.army.mil - Maria E. Rodriguez, Contracting Officer, Phone 4097666331, Email maria.e.rodriguez@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP