The RFP Database
New business relationships start here

IDC AE DSMMCX National Design and Engineering Services Contract


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

1. CONTRACT INFORMATION: This contract is being procured in accordance with the Selection of Architect Engineers Act, the provisions outlined in FAR Subpart 36.6 and the procedures provided in Engineer Pamphlet (EP) 715-1-7, section 3-16. Architect-Engineers (A-E) will be selected for negotiations based on demonstrated competence and qualifications for the type of professional services required. Work will be performed for the Corps of Engineers and its customers to include other Government agencies, and State and local entities. Work will predominantly occur within the boundaries of the continental United States though some limited work may potentially occur outside the continental United States when such work is assigned to the U.S. Army Corps of Engineers (USACE). Architect-Engineering services are required for various types of civil works and MILCON support projects assigned to the Dam Safety Modification Mandatory Center of Expertise (DSMMCX) and civil works projects for the Great Lakes and Ohio River Division. The contract will also provide capacity within the USACE requesting Architect-Engineering assistance through the Dam Safety Modification Mandatory Center of Expertise. A minimum of (3) firm-fixed price indefinite delivery contracts will be negotiated and awarded with a base period of one year and four option periods, one year each. The award amount will not exceed $60,000,000.00 combined capacity over the life of the contracts and work will be issued by negotiated firm-fixed price task orders. Task Orders may be awarded between $2,500 and $5,000,000 in value. The contracts are anticipated to be awarded in January 2019. North American Industrial Classification System code is 541330, which has a size standard of $15 million in average annual receipts. This announcement is open to all businesses regardless of size. Large businesses must comply with FAR clause 52.219-9 (DEVIATION 2018-O00018) regarding the requirement for a subcontracting plan on the part of work it intends to subcontract; this is only required by the most highly qualified A-Es and is not part of the submittal for this synopsis. The A-Es found most highly qualified will be required to submit a Small Business Subcontracting Plan meeting the statutory small business limits of 23% overall, 5% small disadvantaged (including 8(a)), 5% woman owned and 3% each for Service-Disabled Veteran-Owned Small Business, and HUBZone businesses prior to award. The A-E's corporate Quality Control Plan is required with this submittal and will be evaluated as outlined in factor E. Each task order with site work will require a Site Specific Safety and Health Plan and require an individual task specific Quality Control plan. To be eligible for contract award, each A-E must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. Multiple contracts are being awarded under this synopsis, the three most highly qualified firms will each receive a Request for Proposal to allow development and submission of a price proposal. Task Orders will be awarded in accordance with the Selection of Architect Engineers Act guidance to ensure fair distribution of awards.

2. PROJECT INFORMATION: The A-E services to be provided under this contract will be to provide Engineering Services for Dam Safety efforts nationally and general architect-engineering, design, quality assurance, and engineering during construction for the Great Lakes and Ohio River Division. The A-E services will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence below) in nature to support our mission to plan, design, construct, modify, operate and control reservoirs and dams, flood damage reduction projects, navigation projects, rehabilitation projects and support for others type projects. The A-E shall provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, environmental and architectural services to include, but not limited to, planning studies; engineering investigations; risk assessments; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys and related services; Computer-Aided Design and Drafting (CADD); and construction consultation and inspection/quality assurance. Work shall be accomplished in full compliance with established USACE manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. CADD information shall conform to paragraph (E) below. Capability for scanning hard copy into the CADD and 3D design system is also required. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format.


3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-E are primary. The Government will only use secondary Criteria F through H as "tie-breakers" among essentially technically equal A-E contractors.


(A): Specialized Experience and Technical Competence: Firms must demonstrate specialized experience allowing objective evaluation and ranking of A-E capabilities on the following criteria/elements, which are listed in descending order of importance. For the proposed team, provide a maximum of ten (10) specific, completed projects that best illustrate overall team experience. Projects submitted shall have been completed as the prime A-E and be within the past five (5) years from the date qualifications submittals are due. Include a brief narrative for each project. Discuss conformance to scope, adherence to performance schedules, limiting changes, and delivering a product that satisfies the requirements.


(1) Dam Safety Design and Analysis to include experience with Risk Assessments, Issue Evaluation Studies, Dam Safety Modification Studies, Dam Modification Alternatives Development and Evaluation, Design Documentation Reports, Rehabilitation Reports, Plans and Specifications, Engineering Support During Construction, Geotechnical studies, Hydrologic and Hydraulic studies to include Computational Fluid Dynamics, Inflow Design Flood modeling, sediment transport modeling, scour evaluations and modeling, and cavitation assessments and modeling.


(2) Flood Damage Reduction Engineering to include experience with Planning and Design of floodwalls, levees and appurtenant structures, Design Documentation Reports, Rehabilitation Reports, Hydrologic and Hydraulic Studies, Plans and Specifications, Engineering Support during Construction.


(3) Navigation and Waterway Engineering to include experience with Planning and Design of Navigation projects and appurtenant structures, Design Documentation Reports, Rehabilitation Reports, Hydrologic and Hydraulic Studies, Plans and Specifications, Engineering Support During Construction.


(4) Civil Engineering to include experience in civil site layout (preparation of applications for NPDES, as well as, construction permits, performing civil site layout to derive a reasonable and logical sequence of construction activities).


(5) Other Engineering, Architectural and Planning Services (each of equal importance) to include:

Hydrologic and Hydraulic Studies
Structural Analysis and Design
Geotechnical and Engineering
Geology Analysis and Design
Electrical/Mechanical Design and Analysis
Design of Educational (K-12) and Public Buildings
Design of Sanitary and Water Projects
Design, Inspection and Assessment of Bridges
Roadway Design and Analysis
Residential and Commercial Flood Proofing
Planning/Feasibility Studies
Ecological Stream Restoration and Natural Remediation and Related Services
Cost development of designs



(A) Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Geologists, Scientists, Architects and Surveyors having the professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines:


Disciplines in the following group (Group A) are of equal importance: Structural Engineers, Geotechnical Engineers, Geologists, Hydraulic Engineers, Civil Engineers, Mechanical Engineers and Electrical Engineers


Disciplines in the following group (Group B) are also of equal importance, but are of lesser importance than the previous group (Group A): Specification Writers, Estimators, Engineering Technicians (Draftsmen/CADD Operators), Sanitary Waste Engineers, Planners, Architects, Professional Surveyors, Environmental Engineers, Environmental Geologists, Biologists (Ecologist), Hydrogeomorphologists, Chemists, Industrial Hygienists and Construction Inspectors/Quality Assurance.


Personnel proposed for Dam Safety Design and Analysis as described in (A)(1) above shall be shown in the Levels of Experience listed below. Provide appropriate documentation to justify their experience level.


Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety planning, engineering, design and/or construction in structural, geotechnical, engineering geology, hydraulic, civil, electrical, or mechanical engineering.


Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based/risk-informed engineering experience in dams and levee systems. Experience should include all experience within the Level 1, plus participation on risk analysis teams for dam and levee systems, facilitation or participation in potential failure mode analysis (PFMA), or estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and estimating loss of life and economic consequences.


Level 3 experience includes more than fifteen (15+) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based/risk-informed engineering experience in dams and levee systems. Experience should include all experience within Levels 1 and 2, plus leading risk analysis teams, leading and/or participating in Expert Opinion Elicitations, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of Risk Analysis Reports and corrective action studies for dam and levee modifications is required. The criteria will include a review of projects submitted to determine relevant experience for both personnel and the firm, as well as Quality Management of engineering products.


(C) Capacity: Capacity of the firm to perform approximately $5,000,000.00 in work in a one-year period and accomplish the anticipated work in an efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel assigned to the contract. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive complex technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule.


(D) Past Performance: Past Performance during the past 5 years from the date the synopsis is posted to fbo.gov on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS), FAPIIS, and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Relevant information to provide includes the following:
a. Similar or equal work in terms of complexity in scope and size.
b. Key personnel, offices, and subcontractors to be utilized on this contract.
c. Firms role in the contract if a team such as a joint venture or prime-subcontractor relationship. Each A-E's past performance will be evaluated individually as well as in a team.
d. The most recent projects will be given preference as they are indicative of current knowledge and abilities.
e. Trends in performance as identified in PPIRS and FAPIIS.
f. Credibility and detail in firm's past performance report. Formal federal evaluations will be given more weight.
g. High ratings on former DoD A-E contracts will be given a higher rating.

(E) Quality Management System: The evaluation will consider the firms' Quality Management System. Firms must describe their quality control and quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the International Standards Organization (ISO) 9001 standard and the DrChecks automated comment and response system.


(F) CADD and Office Automation: All drawings and exhibits for design work, surveying work, drawings, maps and details to be provided under this contract shall be accomplished and developed using computer-aided design (CAD) software and procedures conforming to the following criteria:


1) United States National CAD Standard; most current version
2) A/E/C CAD Standard 6.0 or newer
3) Bentley ProjectWise Connect Edition 10.00.02.96
4) Bentley MicroStation
5) Bentley Navigator
6) Bentley I-Model Composer
7) Bentley MicroStation Descartes
8) Bentley InRoads Group
9) Bentley Map
10) Bentley ProjectWise InterPlot Server and Client
11) Windows 10 operating system
12) Microsoft Office Suite 2013
13) Adobe Acrobat Pro
14) 7-Zip version 9.20


Consideration will be given to offerors that indicate compatibility with the above CAD standards, but preference will be given to offerors that demonstrate experience with the above standards.


(G) SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner.


(H) Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD
A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business.


4. SUBMISSION REQUIREMENTS: Submittals shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the response. Interested A-Es having the capabilities to perform this work must submit six hardcopies of SF 330 Part I and SF 330 Part II for the prime A-E and all consultants to the above address not later than November 5, 2018 at 4:30 pm Eastern Standard Time (EST). Hardcopies shall be minimum 12-point font except where mandated fillable forms require smaller fonts. Offerors shall also submit two copies of the submitted package on DVDs in a searchable PDF format. Personnel resumes shall be limited to one page (front and back) per person. Any information on a resume beyond the one page (front and back) will not be considered. Include the A-E's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to A-Es during the announcement period.


This is not a request for proposal. The Contract Specialist responsible for this procurement is Kristin D. Blake (kristin.d.blake@usace.army.mil).


17. Place of Contract Performance: N/A


18. Set-Aside Status: N/A


Kristin D. Blake, Contract Specialist, Phone 3043995693, Email kristin.d.blake@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP