The RFP Database
New business relationships start here

BOISE STORAGE FEASIBILITY STUDY AE


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

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED A-E SERVICES
BUREAU OF RECLAMATION


The U.S. Bureau of Reclamation, Pacific Northwest Regional Office, has a need for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for architectural and Engineering Services (A-E), Design Services for the Boise River Basin feasibility study and associated environmental compliance activities. This procurement will result in a single award, IDIQ contract for multi-discipline A-E services in support of feasibility study(ies) to explore potential increased surface water storage opportunities behind Anderson Ranch, Arrowrock, and/or Lucky Peak Dams, which are within the Boise River System in Southwestern Idaho.

The comprehensive scope of the A-E services shall include documented experience, professional registration, and applicable expertise in comparable feasibility studies and associated environmental compliance. The awarded IDIQ contract base services will include professional A-E services with the ordering period of five years for services from contract award. The guaranteed minimum for the contract term is $20,000. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to negotiate firm-fixed price task orders under this contract. However, the Government reserves the right to award other than firm-fixed price task orders if the need arises. There will be no dollar limit per task order and no dollar limit per year up to a maximum of $4,000,000 for the entire contract term. Estimated start date is December 2018.

This acquisition is a Total Small Business Set-Aside. The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit qualifications packages. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Architectural and Engineering Services. The Government seeks the most highly qualified firm to perform the required services. Selection of this firm will be made in accordance with the below selection criteria. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including, WBR 1452.209-80 Organizational Conflicts of Interest. The prime firm for this contract will be required to perform throughout the contract term. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov

Interviews may be scheduled with firms that rate as the most highly qualified. Firms selected for participation in interviews may be asked to clarify information contained in the SF-330 submittal. Elaborate presentations are not desired.

Architect and Engineer services that may be required under this contract include but are not limited to: perform public scoping and outreach; perform topographic survey, modeling, and analysis; conduct feasibility-level studies; identify, formulate, and/or develop non-structural alternative(s); develop feasibility-level designs and cost estimates, including related studies, field investigations, surveying and mapping, evaluations, consultations, and conceptual designs; analyze alternatives; perform economic analyses; perform environmental compliance (including preparation of an Environmental Impact Statement, Biological Assessment, supporting documentation for National Historic Preservation Act) and permitting requirements with local, state, and Federal agencies; conduct and assist in project management; perform technical writing; and prepare construction documents. Details on the required services will be provided in individual work orders.

Through the screening work performed thus far in FY18, a potential raise at Anderson Ranch Dam appears to be the most attractive, so initial task order efforts are focused on Anderson Ranch Dam and Reservoir. Analysis of alternatives supporting the feasibility study for Anderson Ranch Dam and Reservoir will take approximately six months to complete and must be completed prior to the initiation of formal environmental compliance activities. Pre-Notice of Intent (NOI) environmental compliance activities will be performed in parallel with feasibility determination efforts. Formal environmental compliance activities associated with an Environmental Impact Statement (EIS) shall take no longer than one year from issuance of NOI to finalization of an EIS and Record of Decision (ROD). Projected high level schedule milestones are as follows:

Dec 2018    Award AE IDIQ and Task Order 1
May 2019    Initiate environmental compliance
June 2019    Complete analysis of alternatives
Nov 2019    Publish Draft EIS
Mar 2020    Publish Final EIS
May 2020    Complete ROD
Jun 2020    Finalize Feasibility Report
Jul 2020    Commence formal Department of the Interior reviews
Aug 31, 2020    PNRO deadline for feasibility determination

WBR 1452.236-87 EVALUATION PROCESS AND FACTORS B? ARCHITECT/ENGINEER SERVICES B? BUREAU OF RECLAMATION (SEP 2011)
(a) Award will be made to the responsible offeror submitting a proposal which conforms to the solicitation and is most advantageous to the Government considering the factors and any significant sub-factors listed in this provision. Direction set forth in FAR 36.6 will be followed.
(b) Interested firms must submit their SF 330 documents to be considered for this contract. Firms submitting their SF330 will be evaluated on their experience, capabilities and qualifications to perform the required services. The evaluation criteria are listed below in descending order of importance. Criteria 1 through 4 are primary.
(1) Professional Qualifications: The evaluation will consider education, registration, overall relevant geotechnical engineering design experience with relevant projects, and longevity with the firm. (SF-330, Part I, Sections E & G) Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF-330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Firms must include the following key personnel: Project Manager, General Biologist, Fish Biologist, Ecologist, Civil Engineer, Geotechnical Engineer, Hydrologist/Hydraulic Engineer, Surveyor, Economist, Archaeologist, Environmental Compliance Specialist, and Public Involvement Specialist. FirmB?s Engineers and Surveyor must be licensed in their respective disciplines in Idaho. Resumes are limited to one page each, and must indicate: professional registration (including registration/certification number), certification, licensure and/or accreditation in appropriate disciplines; recent experience on project-specific work relevant to the services required under this contract; and proposed role in this contract. Indicate participation of key personnel in example projects in the SF-330, Part 1, Section G.
Firms must submit proof that they are permitted by law to practice the professions of architecture or engineering as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration.
(2) Specialized Experience: The evaluation will consider specialized experience in performing:
i.    Public involvement processes
ii.    Preparation of feasibility-level designs and cost estimates, including related studies, field investigations, surveying and mapping, and evaluations
iii.    Water resource demand analysis and water conservation planning
iv.    Preparation of water resource feasibility studies
v.    Economic analyses
vi.    Preparation of environmental compliance activities (e.g. National Environmental Policy Act Endangered Species Act, National Historic Preservation Act)
Firms who are offering as a joint venture must include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firmB?s elimination from further evaluation.
(3) Capacity to Accomplish the Work in the Required Time:
Capacity to perform approximately $3,000,000.00 in work of the required type in an 18 month period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability.
(4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E will be considered. For each relevant contract or reference, the offeror is requested to provide: Agency/company and contact point, Period of Performance, Dollar value of contract, Contract number and type.
(5) Knowledge of the Locality: The evaluation will consider the firmB?s knowledge of the Boise River Basin and System.
(6) Geographic Location of the firm: The most advantageous location would be nearest to Boise River Basin. Geographic location of the firm will only be used as a tie-breaker among technically equal firms.
(c) Firms desiring consideration shall submit an original SF-330, Architect-Engineer Qualifications package, Parts I and II, along with one electronic copy on CD (using Microsoft Word (doc) or Adobe Acrobat (pdf). Firms shall also submit one (1) original and four (4) copies of the completed SF-330, printed double-sided. DO NOT SUBMIT ANY PRICING PROPOSAL INFORMATION with the completed SF-330.
(i) The SF-330 must be typed, using at least 11-point or larger Times New Roman font. Do not put information outside the form. Part I must not exceed fifty (50) 8.5 by 11-inch pages (the page limit does not include certificates, or licenses, nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of A/E firm registration) provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages must be numbered sequentially.
(ii) The organizational chart may be one-page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables but must be legible).
(iii) Please include your DUNS and CAGE numbers in Block 30 of the SF-330.
(d) After discussions are held with at least three of the most highly qualified firms, the selection authority shall forward a list of selected firms to the Contracting Officer, in accordance with FAR 36.6. The Contracting Officer may then initiate negotiations, and a request for proposal shall be forwarded, first to the most preferred firm on the list. Price proposal instructions included in this solicitation shall only apply to those firms with whom negotiations are initiated. Price proposal information shall be submitted only when specifically requested by the Contracting Officer.
The last day to submit any questions will be 3:00 pm local time on October 12, 2018. Questions will only be accepted via email, saiken@usbr.gov.
The five (5) hard copies and one (1) CD, that includes PDF copies of all the required documents, must be received 3:00 pm local time on November 1, 2018. Address packages to:
    Bureau of Reclamation, Pacific Northwest Regional Office
    140R1018R0057 -Boise Storage Feasibility Survey    
    Attn: Stephanie Aiken/Contract Specialist
    1150 N. Curtis Rd.
    Boise, ID 83706

Electronic submissions will not be accepted.

Aiken, Stephanie

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP