The RFP Database
New business relationships start here

W91237-17-R-0001


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

CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for price negotiations based on demonstrated competence and qualifications for the required work. The services will consist of construction and engineering services to support the development of various projects within or assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division and work for others through the Department of Energy (DOE), IIS customers, and other federal agencies. The majority of the work under this contract will be performed nationwide for Department of Energy, National Nuclear Security Administration (NNSA), Customs and Border Protection, Veterans Administration, and other federal agencies throughout the United States. Up to two indefinite delivery contracts will be negotiated and awarded with a base year and four option years. The contract(s) amount will not exceed $48,000,000.00 over the life of the contract and the capacity will be shared in event of multiple award. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in June 2017. The contract will have a base period not to exceed one year with up to four additional option periods of one year each. North America Industrial Classification System (NAICs) code is 541330, which has a size standard of $15,000,000.00 in average annual receipts. 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 on any parts of the work it intends to subcontract and be submitted as part of the SF 330. Additionally, the proposal shall include a QA/QC plan for consideration. A final USACE approved Quality Control Plan will also be required at the time of award. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM internet site at http://www.sam.gov.


PROJECT INFORMATION: The work and services to be accomplished will consist of providing disciplines, on an individual task order basis, that are highly technical and have specialized experience in nuclear and environmental engineering and construction. The contract will include engineering and construction functions on multi-million dollar facilities for design, construction, commissioning, decommissioning, demolition, and environmental remediation projects.


Contractors are encouraged to review FAR Subpart 9.5 regarding Organizational Conflicts of Interest. The scope of this contract is to represent the government's interests and provide owner's representation to all phases of capital construction projects and program support, primarily at DOE sites nationwide. It should be noted to prospective firms that award of this contract has the potential to negatively impact eligibility for future DOE operational or construction contracts due to the potential for conflicts of interest to avoid the circumstance of unfair competitive advantage or potential bias.
Engineering and Construction Management support services could include the following tasks or products for government support for oversight, facilities coordination and management, review and analysis of engineering/construction/operations contractor's performance to include:


Cost and Schedule progress, Project Management Control Systems and Data Quality (including Earned Value Management Systems (EVMS)), Environmental Requirements, Safety (including DOE Nuclear Safety), Health and Regulatory Compliance, Project Risk Management, Quality Control and Quality Assurance (including NRC and DOE Nuclear Quality), Project and Programs Management, Baseline Review and Change Control, Engineering & Design, Technical Readiness and Constructability Reviews, Startup and Commissioning, Value Engineering, Construction Management, Cost Estimation and Schedule Development, Technical Support, Contract Packaging, Contract Sequencing and Delivery Approach, Contract Modifications, Claims Avoidance and Mitigation, Requests for Equitable Adjustment, Technical Support for Estimating and Negotiation and Fiscal Management.


There will be a requirement for capacity to field multiple (3 to 5) teams of 10-20 highly trained individuals in multi-disciplines to perform engineering and construction services within a 3 to 12 month performance period at multiple sites to achieve customer contractual commitments and schedule deadlines. Team members shall be fully trained in various engineering and construction functions associated with all aspects of the design and construction of larger scale nuclear processing, nuclear cleanup, vertical construction, environmental, and other construction projects. Team members are also preferred to have senior level experience and be licensed engineers with certifications in respective engineering and construction fields. Also, team members should be able to obtain Department of Energy clearances (L and Q) to work on DOE project sites. The firm performing the work will be required to have senior level management that has the capability to manage multiple tasks/projects within very stringent time frames. Individuals shall be trained in CADD, QC/QA construction inspection systems, Construction Safety systems, Design and Geotechnical Software, MCACES/MII, Primavera Scheduling Software, all Microsoft Office Professional tools (included MS Project), Acrobat Reader-Writer for the publication of documents and cost estimates.


The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering and construction services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; cost estimates; reviews; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); construction inspection/quality assurance and startup/commissioning of facilities. Work shall be accomplished in full compliance with established Corps of Engineers and /or Department of Energy manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. 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.


SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). Criteria A thru E are primary. Criteria F & G is secondary and will only be used as a tie-breaker among technically equal firms:


(A) Professional Qualifications for the following key disciplines: nuclear engineering, environmental engineering, civil engineering, project management (engineers or team leaders), construction managers (team leads or QA/QC engineers), subject matter experts in cost engineering, project scheduling specialists, risk specialists, cost engineer technicians, nuclear safety basis engineering/management, nuclear quality engineering/ management/construction, nuclear startup and commissioning, and technical writer. Each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm.


(B) Specialized Experience: The firm must demonstrate experience in the following: (1) Nuclear engineering, construction management and QA/QC for Government Representation on DOE and other agencies projects to include experience in the management and implementation of NQA-1, nuclear safety basis, and nuclear startup & commissioning; (2) Engineering and construction management of large/complex mega-projects over $100 million capital cost to government nuclear, commercial nuclear, or other similar production/processing plants including decommissioning; (3) Project management and design experience for IIS and DOE projects to include experience in support of the Government's management and oversight of implementation of NQA-1 requirements, Nuclear Safety Basis, and Nuclear Startup & Commissioning; (4) Government cost engineering (cost estimating, scheduling, risk analyses) and project controls (EVMS) for IIS and DOE projects; and (5) Demonstrate technical capabilities and experience with the following software: Microstation, P6, MII, Crystal Ball, Primavera Risk


(C) Capacity: Capacity of the firm to perform at least $2,400,000.00 worth of work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines to support the government's interests and work non-conflicted across the nationwide DOE complex. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with specialized, experienced firms is encouraged. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive 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: Performance on DOD, DOE and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from PPIRS and other sources. The Past Performance Information Retrieval System (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.


(E) SB and SDB Participation:


All Offerors (both large and small businesses) are required to complete a Small Business Participation Plan, as outlined below. Offerors should propose the level of participation of small businesses (as a small business prime and/or small business subcontractor) in the performance of the total contract/acquisition value relative to the objectives/goals set forth in this evaluation factor.


(a) Check the applicable size and categories of the PRIME offeror only. ( ) Large Prime
Or


( ) Small Business Prime (indicate any applicable sub-category(s) listed below)
( ) Small Disadvantaged Business (SDB)
( ) Woman-Owned Small Business (WOSB)
( ) Historically Underutilized Business Zone Small Business (HUBZ)
( ) Service-Disabled Veteran-Owned Small Business (SDVOSB)


(b) Submit a total combined percentage of work to be performed by both large and small businesses of the total contract value (include the percentage of work to be performed both by Prime and Subcontractors):


Total Proposed Acquisition:


Total % planned for Large Business performance %
Total % planned for Small Business performance %
(When combined, large and small business total must equal 100%)


(c) Indicate the total percentage of participation to be performed by each type of small business sub-category, if applicable. (If a small business qualifies in multiple categories, include it in multiple categories below):


Small Disadvantaged Business (SDB) %


Woman-Owned Small Business (WOSB) %


Historically Underutilized Business Zone Small Business (HUBZ) __________%
Service-Disabled Veteran-Owned Small Business (SDVOSB) %


(d) List principle supplies/services to be provided /performed by Small Businesses. If a small business qualifies in multiple categories, list in multiple lines below:


Name of Company:
DUNS:
Type of Service/Supply:


Small Business(s):


Small Disadvantaged Business(s):
_______________________________________________________________________


Woman-Owned Small Business(s):
_____________________________________________________________________


Historically Underutilized Business Zone Small Business(s):
_____________________________________________________________________


Service-Disabled Veteran-Owned Small Business:
_____________________________________________________________________


(e) Describe the extent of commitment to use small businesses in this procurement (for example: small business prime, written contract, verbal agreement, joint venture arrangement, mentor-protégé business relationship, etc.)


Goals for this procurement are:


Small Business Overall: 23% of the total contract value


Small Disadvantaged Business (SDB): 5% of the total contract value Woman-Owned Small Business (WOSB): 5% of total contract value
Historically Underutilized Business Zone (HUBZone) Small Business: 3% of total contract value


Service Disabled Veteran Owned Small Business (SDVOSB): 3% of total contract value.
Note: A participation plan which reflects 3% of the contract value for HUBZone firms, for example, would also count toward the overall Small Business Goal. This applies to all subcategories.


(F) Geographic Proximity (tie-breaker): Location of the firm in the general geographical area of the Huntington District headquarters.


(G) Equitable Distribution of DoD contracts (tie-breaker): 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.


SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capabilities to perform this work must submit three copies of Standard Form 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the above address no later than 3:30 p.m. on 30 March 2017. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. Include the firms DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered. The Contract Specialist responsible for this procurement is Samantha.L.Stiles@usace.army.mil.


 


Samantha L. Stiles, Phone 3043995705, Email Samantha.L.Stiles@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP