Indefinite Delivery/Indefinite Quantity (IDIQ) restricted A-E Contracts for General Design and Other Related Services within the boundaries of Mississippi Valle...

expired opportunity(Expired)
From: Federal Government(Federal)
W912P823R0005

Basic Details

started - 17 Nov, 2022 (17 months ago)

Start Date

17 Nov, 2022 (17 months ago)
due - 06 Dec, 2022 (16 months ago)

Due Date

06 Dec, 2022 (16 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912P823R0005

Identifier

W912P823R0005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)USACE (38064)MVD (4892)W07V ENDIST N ORLEANS (719)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SF330 DUE DATE OF NOVEMBER 30, 2022 AT 11:00 A.M. HAS BEEN CHANGED TO 6 DECEMBER AT 11:00 A.M. CENTRAL STANDARD TIMEQUESTIONS AND ANSWER:Question 1: Do you require the EIN number, or the Unique Entity Identifier (UEI)? Answer: The EIN number shall be shown in Part I Block 4 of the SF330. The UEI number shall be shown in Part II Block 4 of the      SF330.Question 2: Are PPQs acceptable in lieu of CPARS? Answer:PPQ’s are acceptable.Question 3: Is there a page limit for SF330 Part II? Answer: There is no page limit in Part II.Question 4: Could you clarify if C212 is the correct classification for the solicitation? Answer: The Product Service Code is C219 A-E General: Other. The North American Industrial Classification System Code is           541330. Question 5: Typically, there is a limit on the number of projects a firm can present under SF330 Section F. We understand from         the text, that the only limit is the total page count. Please confirm? Answer: The limit is 100
pages. Question 6: I would like to request a 1 or 2 week extension to the due date of the solicitation?  Answer:The solicitation will not be extended. Question 7: Would the Division consider eliminating the printed copies requirement and, instead, accept receiving one electronic        copy via email of Offerors’ proposals? Answer: Submit 5 printed copies and 1 electronic copy.Question 8: Does the Division wish to see detailed CPARS reports included in Section H, Factor D: Past Performance, or may proposals include an overview of Offerors’ past performance, including CPARS ratings, previous Past Performance Questionnaires, and other sources of past performance? Answer: The A-E is responsible for developing their best submission using their sources of past performance.Question 9: Please provide additional guidance and details on the Civil Information Modeler expected role, education requirements, and responsibilities. Specifically, can you provide a description of the difference between the Building Information Modeler and Civil Information Modeler?Answer:It is up to the A-E to determine what resumes are required to express the qualifications, abilities, and experience of the key personnel identified.Question 10: How many contracts does the district anticipate awarding as a result of this solicitation? Answer: Multiple awards.Question 11: Is a Certified Cost Professional sufficient or does the cost engineer have to be a licensed engineer?Answer: The Cost professional shall be a licensed engineer.Question 12: In section F, can you use more than 10 projects to cover all various types of work identified in the solicitation? Answer: Yes, the AE can use more than 10 project to cover the various types of work identified in the synopsis.1. CONTRACT INFORMATION: No additional information shall be provided, and no solicitation will be issued. The resulting contract(s) is 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. Interested firms shall respond by submitting a SF 330, listing their qualifications in accordance with the instructions below. This is not the Request for Proposal. Firms will be selected for negotiations based on demonstrated competence and qualifications of the required service. North American Industrial Classification System Code is 541330, which has a size standard of $22,500,000 in average annual receipts. This Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) announcement is 100% Small Business set aside (Restricted).  The resulting contract(s) will be Firm Fixed-Price IDIQ type contract. Multiple contract awards are anticipated, with a performance of 5 years, with four negotiated rate escalations at each year after the initial first year. Each contract will not exceed $15,000,000 or five-year duration, whichever comes first. The minimum guarantee throughout the five-year contract is $15,000. Work will be issued by negotiated firm fixed price for General Design and related services task orders. Responding firms must address each A-E Selection Criteria. If subcontracted, clearly indicate what part of scope they will be performing. To be eligible for the contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The primary purpose of the proposed contract is to provide A-E General Design and other related Services anywhere within the boundaries of Mississippi Valley Division. SF 330 Due Date is 30 November 2022 at 11 a.m. CST. Questions cut-off date will be 15 November 2022 at 11 a.m. CST.2.  PROJECT INFORMATION:  A-E and related services are to be accomplished through Task Orders, which shall consist of the following tasks:      (a)  The work may involve investigations, comparisons, data evaluations, analysis, design, water quality analysis, technical writing, civil design, hydraulic design, structural design, geotechnical design, mechanical design, electrical design, architectural design, building and civil information modeling (BIM/CIM); and CAD drafting for Design Documentation Reports (DDRs), geotechnical reports, feasibility studies, plans and specifications, Operation, Maintenance, Repair, Replacement, and Rehabilitation (OMRR&R) manuals, periodic inspection reports, value engineering, or other engineering documents; and Engineering Design support during Advertisement (EDA) and Engineering Design support During Construction (EDC).  EDA responsibilities include preparing amendments to the advertised plans and specifications and updating the BIM/CIM as warranted by comments received from prospective bidders.  EDC responsibilities include attending the pre-construction conferences; responding to the contractors requests for information and clarifications; reviewing submittals from the construction contractor; and, performing monthly or bi-weekly site visits, or site visits at critical times as determined by the design engineer, with the objective of witnessing construction practices, observing conditions, and documenting from the designer's perspective the implementation of the designer's product.  The A-E shall be responsible for all engineering, BIM/CIM revisions, plans and specification revisions required during construction of the projects which are necessitated by different site conditions, inadvertent errors and omissions in original contract documents or a project feature design change.  The   A-E shall also be responsible for coordination of all design changes with the Government and the local sponsor.  All information shall be submitted to the Government in an expeditious manner to avoid delays to the construction contractor.  Surveying and the use of aerial mapping are required to support this work.      (b)  The work may involve the following disciplines and professional qualifications of the key design personnel; including professional registration in engineering, architecture and surveying; available to work on this contract: Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering, Corrosion Engineering, Environmental Engineering and Cost Engineering; Hydrologists, Geologists, Architecture, Landscape Architecture, Surveying, Geospatial Information Systems (GIS) Mapping and Analysis, Drafting via Computer Aided Design (CAD Micro-station), 3-D Modeling CAD consisting of Building Information Modeling (BIM), and Civil Information Modeling (CIM) and Project Management.  The A-E shall demonstrate professional qualifications necessary for satisfactory performance of required services.  The evaluation will consider the education, training, licensing, certification, and professional registration of the individuals making up the assembled team.  The evaluation will consider overall relevant experience as well as longevity in the discipline and the firm.      (c)  The work may involve the following types of existing projects, and new projects may be at any design stage, and may involve new or existing structures: hydraulic structures such as locks, floodgates, floodwalls, levees, navigation structures, drainage canals and structures, prestressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, ramps, buildings such as warehouses, pump houses, or offices related to the structures above; flood risk management and hurricane and storm damage risk reduction projects; and freshwater and sediment diversion projects, and other multi-purpose projects.      (d)  The work may involve the following types of related work:  3D modeling of buildings, structures, sites and horizontal construction features, civil/site work design, structural design, finite element modeling, frame analysis, pile group analysis, drainage analysis, development of plans and specifications, development of real estate rights-of-way drawings, hazard toxic radioactive waste (HTRW) investigations; architectural treatments, landscaping, perform soil borings, soil testing to determine soil properties and provide boring logs in accordance with the USACE New Orleans District geotechnical criteria, pile capacity curves, bearing capacity analysis, cantilever retaining or floodwall analysis, temporary retaining structure design, time settlement projections with lift schedules, soil pressures, seepage and dewatering analysis, stability analysis for levees using Spencer's Method and/or  Janbu’s Method for levees, reinforced embankments, dikes and other earthen structures; bank stability analysis, stability analysis of slopes for revetments, channels and excavations; stability analysis of flood walls (T-wall, I-wall, L-wall), down drag and settlement analysis, numerical modeling, settlement induced bending moments in piles, wave equation analysis, water quality analysis, anchored and multi-braced retaining wall analysis, piping analysis, uplift analysis, heave analysis, filter design, relief well design, pile load test monitoring, noise and vibration monitoring, operation and interpretation of data obtained from A-E provided pile driver analyzer or static pile load testing; and, surveys and the use of aerial photographic coverage to locate features and develop 3D survey information models, instrumentation for stream gaging activities, topographic maps, contour maps, profiles and sections, both land based and hydrographic.      (e)  The instrumentation and evaluation work may involve the following:             (1)  Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings.  The surveys may include hydrographic, overbank, horizontal distances and control data produced and submitted in compliance with New Orleans District surveys standards and USACE EMs.  Firms must indicate their capability of utilizing Global Positioning Systems (GPS), total stations, terrestrial scanners, and digital levels.             (2)  Compiling the field data into the appropriate digital format for use in various software, e.g., government provided data collector program, government provided cross section plot program, Excel spreadsheet with graphics.             (3)  Producing CAD and Excel plots and plates from the compiled data.             (4)  Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit by engineers.             (5)  Installation of instrumentation devices such as piezometers, inclinometers, stream gages and corrosion meters.3.  SELECTION CRITERIA:  The selection criteria are listed below in descending order of importance.  Criteria (a) thru (d) are primary.  Criteria (e) and (f) is secondary and will be used only as tiebreakers among technically equal firms.PRIMARY CRITERIA:      (a)  Specialized Experience and Technical Competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates in the type of services specifically indicated in paragraph 2 above.      (b)  Professional Qualifications of the key design personnel, including professional registration in engineering, architecture and surveying, available to work on this contract in the following disciplines:  Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering, Corrosion Engineering, Environmental Engineering and Cost Engineering; Hydrologists, Geologists, Architecture, Landscape Architecture, Surveying, Geospatial Information Systems (GIS) (Mapping and Analysis), Drafting via Computer Aided Design (CAD Microstation),  3-D Modeling CAD consisting of Building Information Modeling (BIM), and Civil Information Modeling (CIM) and Project Management.  Demonstrate professional qualifications necessary for satisfactory performance of required services.  The evaluation will consider the education, training, licensing, certification, professional registration, overall relevant experience, and longevity in the discipline and the firm.      (c)  Capacity to Accomplish the Work (personnel and equipment) in the required time using all of the latest versions of commercial and software packages utilized by the Corps; produce geo-referenced CAD drawings in the Micro-station format according to USACE CAD Standards; produce GIS products according to USACE GIS Standards; produce specifications; produce cost estimates in Micro-Computer Aided Cost Estimating System (MCACES) (MIl); perform soil borings and soil testing and analysis in accordance with the New Orleans District geotechnical criteria; perform land based and hydrographic surveys in accordance with New Orleans District Survey Standards; and provide the following minimum personnel:  three structural engineers, three civil engineers, two geotechnical engineers, one hydraulic engineer, one cost engineer, one electrical engineer, two mechanical engineers, one corrosion engineer, one environmental engineer, one architect, one registered land surveyor (to include State of Louisiana licensing) and one Micro-station CAD technician, one building information modeler, one civil information modeler, one hydrologist, one geologist, one GIS Analyst, two 3-person topographic survey parties, one 2-person hydrographic survey party, and one 2-person Global Positioning System (GPS) party capable of performing various types of GPS Surveys. The prime must be capable of performing more than 50% of the contract work.      (d)  Past Performance of the A-E, joint venture partners, and key subcontractors on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from Contractor Performance Assessment Reporting System (CPARS).SECONDARY CRITERIA:      (e) SB and SDB Participation:  The extent of participation of small businesses including small disadvantaged businesses, woman-owned small businesses, HUBZone small business, service-disabled veteran-owned small businesses, and veteran owned small business will be measured as a percentage of the estimated effort.      (f)  Knowledge of Locality within the limits of the New Orleans District and the Mississippi Valley Division and demonstrate prior field data collection experience within Louisiana.4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team to the address below not later than 1100 hours Central Time on the closing date of this announcement.The six evaluation criteria listed above must be addressed in the appropriate sections of the SF 330 for the proposed team. Include the firm’s EIN Number in Block 4 of the SF 330. The evaluation factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information.The SF 330 Part 1 must not exceed 100 pages (8.5 x 11-inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. Any pages greater than 100 pages will not be evaluated. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP. Overnight or courier type of mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, Attn: Melissa A Vaughn, Room 172, 7400 Leake Avenue, New Orleans, La 70118-1030. Refer to Announcement No. W912P823R0005.

New Orleans ,
 LA  70118  USALocation

Place Of Performance : N/A

Country : United StatesState : LouisianaCity : New Orleans

Classification

naicsCode 541330Engineering Services
pscCode C212Engineering Drafting Services