The RFP Database
New business relationships start here

Civil Works and Civil Works Type Architect-Engineer (A/E) IDIQ Design Contract to Support USACE NAB Projects in the Baltimore District, U.S. Army Corps of Engineers


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

Description

(1) CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of up to three (3) Fixed Priced Single Awards Task Order (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for A/E Services to the most highly qualified small businesses, with an ordering period of five (5) years, each of them will be given a capacity of $10M. The award of these A/E IDIQs will assist USACE-Baltimore District in meeting the Civil Works requirements for NAB area of responsibility, as well as NAD, with the exception of Europe District or other overseas locations. The awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $16.5M in average receipts. Task Orders awarded under the SATOC will comply with FAR 16.505, ordering procedures. The maximum amount to be awarded on a given Task Order is $10,000,000 for all work associated with Civil Works projects. Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1.

(2) PROJECT INFORMATION: A/E Services for this contract will be used to provide all types of civil works related areas such as: flood damage and risk reduction; coastal erosion; storm damage risk reduction and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and ecosystem habitat restoration; stream restoration, comprehensive watershed evaluations; and multi-purpose water resources projects. The capabilities of A/E firms would include technical analysis; engineering; design; and construction phase services including preliminary studies through feasibility report development; engineering design through detailed plans; specifications; and design analysis/design documentation report preparation (to include related components of surveying and geotechnical investigations); design-build request for proposal packages; value engineering; technical and biddability, constructability, operability, environmental, and sustainability (BCOES) reviews, and engineering during construction/construction phase services for both inland and coastal civil works projects.

(3) SELECTION CRITERIA: The Offeror (and its' sub-consultants) must demonstrate its qualifications with respect to the published evaluation criteria below. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. Selection of the most highly qualified firms for negotiations shall be made based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, in the following order of importance: (A) specialized experience and technical competence; (B) professional capabilities; (C) capacity; (D) past performance; (E) knowledge of the locality; and secondarily may include (F) geographic proximity. The A/E selection procedures will be in accordance with FAR 36.6, A/E Services; DFARS 236.6, Engineering Pamphlet (EP) 715-1-7, and local guidance. Interviews will be conducted in Baltimore, MD for A/E firms identified by the Selection Board.

A - Specialized Experience And Technical Competence: A maximum of five (5) relevant projects of the prime, the subcontractor(s), or both, within the past six (6) years, will be reviewed in PART I, Section F. Of these five (5) projects, the prime must have performed services for a minimum of three (3) projects (either as the prime or subcontractor). Joint Venture submissions shall also provide a minimum of five (5) 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.

Use no more than one (1) page per project. A Project is defined as a project performed under a single, standalone 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 and will not be in compliance with the requirement. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. 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. For all relevant projects include the percentage of work self-performed by the prime Offeror and subcontractors for each contract and/or task order. Percentages shall be shown individually for each firm. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member.

Three (3) of the five (5) projects shall specifically address the following areas of emphasis, with the most relevant work being associated with USACE, other Federal Agencies and State and Local Agencies: (1) Flood Risk Management; (2) Coastal Hurricane & Storm Damage Reduction including structural and non-structural features; (3) Shallow and Deep-draft Navigation; (4) Riverine or Urban Aquatic Ecosystem Restoration; and (5) Coastal Ecosystem Restoration. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining two (2) projects can follow the area of emphasis projects.

In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Engineering services from Feasibility Studies and Engineering Design through detailed Plans and Specifications for both Inland and Coastal Civil Works projects, such as, flood risk management; coastal erosion and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and eco-system habitat restoration; comprehensive watershed evaluations; and multi-purpose water resources projects; (2) Survey work (i.e. Multi-Beam, topographical, hydrographic, aerial photographic, photogrammetry, LIDAR, 3D laser scanning, etc.); (3) Soil surveys, and subsurface exploration including associated testing; (4) All phases of Engineering Design analysis and documentation for inland and coastal Civil Works projects; (5) Construction plans (using AutoCAD and Civil 3D) and specifications; (6) 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; (7) Value engineering studies; (8) Project experience with H&H software, such as: CMS-Flow, CMS-Wave, ADCIRC, Beach-fx, FUNWAVE, Delft3D, AdH, HEC-HMS, HEC-RAS, HEC-FIA, HEC-RTS, and CWMS (9) Risk Analysis, including leading and participating in Potential Failure Mode Analysis or any other relevant risk assessment activities for Civil Works; (10) Preparation of operation and maintenance manuals, inspection and reports; (11) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant.

B - Professional Qualifications of the Individual Design Team Members: 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 six (6) years of the solicitation issuance date. Submit no more than two (2) resumes per Discipline, indicating 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 Certified by AACE or ASPE; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Environmental Engineer (site development and permitting background) with Professional Engineering Licensure; (8) Geologist with Professional Geologist Licensure; (9) Structural Engineer with Professional Engineering Licensure; (10) Mechanical Engineer with Professional Engineering Licensure; (11) Electrical Engineer with Professional Engineering Licensure, (12) Architect with Professional Registration; (13) Hydrographic Surveyor; (14) Land Surveyor with Professional Licensure; (15) Certified Value Specialist; (16) Registered Landscape Architect; (17) Risk Analysis Facilitator; (18) Specification Writer; (19) Geospatial Information Systems Specialist; and (20) CADD Technician.

The professional qualification evaluation will consider education, registration, and 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.

The prime firm and sub consultants 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.

C - Past Performance: Offerors shall submit past performance evaluations as it relates to cost control, quality of work, customer satisfaction, compliance with performance schedules, and compliance with utilization of small business concerns and small business sub-contracting plans. This information will be obtained by the Contractor Performance Assessment Reporting System (CPARS), evaluations provided by the Offeror, retrieving evaluations from the Performance Information Retrieval System (PPIRS), and/or reviewing past performance questionnaires (PPQs) in the approved Naval Facilities Command (NAVFAC) format submitted by the Offeror. PPQs not submitted in the approved format will not be evaluated. Offerors will be evaluated based on quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction.

Past performance as to utilization of small business will also be considered. Other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the Offeror will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: Past performance information for projects listed under Factor 2 will be given greater consideration. Non-DoD and Commercial projects SHALL utilize the PPQ format to obtain past performance information.

D - Capacity: Firms must demonstrate their ability to meet schedule, scope, and budget on multiple concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract.

E - Knowledge of the Locality: In PART I, Section H, describe and demonstrate the team's familiarity within the Baltimore District boundaries. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with NAB/NAD stakeholders.

The secondary factor will only be used as "tie-breakers" among firms that are essentially technically equal.

F - Geographic Proximity: Firms will be evaluated on their location with respect to the USACE NAD Area of Responsibility (AOE) and the USACE Baltimore District.

(4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies and one (1) electronic copies on CD of the SF 330, Part I, Part II for prime and all consultants and four (4) hard copies no later than 2:00 PM, 10/14/2019. The document shall each be submitted as separate files using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 12 or larger. The SF330 Part 1 shall not exceed 100 pages (8.5" x 11"), including no more than 10 pages for Section H. Each printed side of a page will count as a page. The Part II and CPARS/PPQs ARE NOT included in the total page count. When utilizing 11" x 17" fold-outs for charts, diagrams, graphs, tables, exhibits, figures, etc.; it will be considered two (2) pages if both sides are used. Section H may not exceed a total of 15 pages. Solicitation packages are not provided and no additional project information will be given to firms during this announcement period. This is not a request for proposal.

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. A paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414.

Technical inquiries and questions relating to proposal procedures 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.
2. From this page, you may view all bidder inquiries and 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 PANNAD-19-P-002977
The Bidder Inquiry Key is: T9RMR2-F8287F

The Bidder Inquiry System will be unavailable for new inquires thirteen (13) calendar days prior to proposal submission in order to ensure adequate time is allotted to form and appropriate response and amend the solicitation if necessary.

Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.

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 POC for this project is Kathy Brown, Kathryn.E.Brown@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 pre-solicitation notice.

These contracts are being procured in accordance with the PL107-217, Chapter 11, as
implemented in FAR Subpart 36.6. See numbered note 24 of FAR Subpart 36.6 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.

When applying for the $10M A/E IDIQ, identify submissions as: Civil Works and Civil Works Type A/E IDIQ Design Contract to Support USACE NAB Projects in the Baltimore District, U.S. Army Corps or Engineers

Kathy Brown, Contract Specialist/Contracting Officer, Phone 4109622585, Email Kathryn.E.Brown@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP