The RFP Database
New business relationships start here

INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL WORKS AND RELATED PROJECTS


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

INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL WORKS AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA
________________________________________

________________________________________



1. CONTRACT INFORMATION: These Indefinite Delivery contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. To receive award contractors must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov.

This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 2014 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses, with 17% of that to small disadvantaged businesses, 18% to woman-owned small businesses, 10% to HUB Zone small businesses, and 8.5% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this solicitation may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. The contract shall be an indefinite delivery, firm fixed price with a contract limit of $4,000,000.00 over a term of five years. Anticipate more than one contract, but no more than two contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month intervals. There will be no specific delivery order limit except that of the contract limit. Contract award is anticipated for the 2nd Quarter of FY15. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms.


2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include preparation of complete reports or portions of Corps of Engineers planning reports, environmental documents, engineering designs (including construction plans and specifications) for small boat harbor, navigation, ecosystem restoration projects, flood damage prevention, storm damage reduction, watershed studies, comprehensive relocation plans and comprehensive community plans for rural villages in Alaska, and other Corps Civil Works activities. Work may include any portion of Civil Works activities including plan formulation, design, cost engineering, environmental documentation, economic analysis, and real estate. Task orders may be issued in support of programs other than Civil Works. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Develop Corps planning reports in accordance with current Corps policy and regulation, provide drawings in AutoCAD (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS) using MII software; provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order. Construction support services may be required. The AE will be required to use the Dr. Check's design review and checking system (permissions and passwords will be distributed on a project-by-project basis). Systems information required for Dr. Checks includes a web browser program, either Internet Explorer (Microsoft) or Navigator (Netscape) versions 4 .0 or later; the web site is http://www.buildersnet.org/drchecks/


3. LOCATION: Primarily Various Locations in Alaska.


4. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance. Criteria A-G are primary selection criteria:

(A) Professional personnel in the following disciplines are required:
     (1) Water resource planner with knowledge of Corps of Engineers' plan formulation policies and procedures,
     (2) Economist with knowledge of Corps economic evaluation,
     (3) Structural engineer proficient in design of bulkheads, seawalls, pile supported structures, and other features common to Corps Civil Works projects,
     (4) Coastal engineer proficient in the design and construction of breakwaters, channels, dredging techniques, and other coastal structures in accordance with Corps' design manuals and procedures,
     (5) Archeologist who must be qualified to meet SHPO requirements in Alaska,
     (6) Cost estimator, 
     (7) Geotechnical engineer,
     (8) Survey crew,
     (9) Geologist, 
    (10) Geophysicist
    (11) Hydrologist,
    (12) Hydraulic engineer,
    (13) Biologist with experience working with State and Federal resource agencies and with knowledge of the NEPA documents and process, and
    (14) Real Estate specialist. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 Part II for each subcontractor.

(B) Specialized experience and technical competence in: Corps of Engineers' procedures for planning, engineering, and designs of small boat harbors, deep draft navigation projects, ecosystem restoration projects, flood control projects, storm damage reduction projects, climate change, watershed studies and other Corps missions;

(C) Knowledge of locality: Knowledge of working in Alaska at remote locations, during inclement weather conditions, in coordination with local communities and Alaska Native Tribes

(D) Capacity to maintain schedules and accomplish required work on 3 simultaneous delivery orders;

(E) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. A detailed quality management plan will be required at the time of a Request For Proposal (RFP). The quality management plan must address the integration of work products of the entire team that is proposed.

(F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules;

(G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.

CRITERIA H-J ARE SECONDARY CRITERIA AND WILL ONLY BE USED AS TIE-BREAKERS AMONG FIRMS WHICH ARE RATED AS TECHNICALLY EQUAL AFTER THE INTERVIEW PHASE OF THE SELECTION PROCESS. The secondary selection criteria in descending order of importantance are:

(H) Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.

(I) Geographic proximity in relation to the work.

(J) Volume of DOD contract awards in the last 12 months.


5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated:
a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member;
b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and
c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project.

The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/type/SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website.


Offerors must mail or deliver SF330 packages to be received no later than January 6, 2014 at 2:00 PM Alaska time. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below.


No arrangements will be made by the government to assist in SF330 package delivery. Offerors are advised to plan accordingly. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses.


For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access.

Mailing Address:
U.S. Army Corps of Engineers, Alaska District
ATTN: CEPOA-CT (Kimberly Tripp, Rm 30)
PO Box 6898
JBER, Alaska 99506-0898

Physical Address:
U.S. Army Corps of Engineers, Alaska District
ATTN: CEPOA-CT (Tripp)
2204 3rd Street, Room 30
JBER, Alaska 99506

SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated on the SF1442 or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Talley Avenue/Bluff Road) and the atrium doors (the tan addition to the main building located on 3rd Avenue/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement. There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt.

The Packaging that contains the SF330 package shall be marked:
"Response to Presolicitation Solicitation Number: W911KB-15-R-0012, DO NOT OPEN"


Contracting Division Point of Contact:
Kimberly Tripp, 907-753-2549
Email your questions to US Army Corp of Engineers, Alaska at: kimberly.tripp@usace.army.mil


 


Kimberly D. Tripp, Contract Specialist, Phone 907-753-2549, Fax 907-753-2544, Email kimberly.tripp@usace.army.mil - Aldone Graham, Contract Officer, Phone 907-753-2528, Fax 907-753-2544, Email Aldone.R.Graham@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP