Synopsis - Pavement Condition Survey & MicroPAVER™ Reinspection, Fort Campbell Roads, Kentucky

expired opportunity(Expired)
From: Federal Government(Federal)
W9128F24R0017

Basic Details

started - 23 Feb, 2024 (2 months ago)

Start Date

23 Feb, 2024 (2 months ago)
due - 25 Mar, 2024 (1 month ago)

Due Date

25 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
W9128F24R0017

Identifier

W9128F24R0017
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[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.

Synopsis of A-E Services Pavement Condition Survey & MicroPAVER™ Reinspection, Fort Campbell Roads, Kentucky CLASSIFICATION CODE: Service Code C (Architect and Engineering Services) SUBJECT: PAVEMENT CONDITION SURVEY & MICROPAVER™ REINSPECTION, FORT CAMPBELL ROADS, KENTUCKY DESCRIPTION: 1. CONTRACT INFORMATION. THIS SOLICITATION IS RESTRICTED TO SMALL BUSINESS PARTICIPATION The North American Industry Classification System (NAICS) is 541330 - Engineering Services and Small Business Size Standard is $25.5M. This contract 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. Contract Type: This will be a single Firm Fixed Price (FFP) purchase order. Performance Period: Twelve months after purchase order award. Estimated start and completion dates of all work is April 2024 and April 2025, respectively. Options: There are no options
included in this contract. Range of estimated A&E price: Under simplified acquisition threshold (SAT), under $250,000. Subcontracting Plan: Not required. This contract is subject to the Service Contract Labor Standards and the current Service Contract Act Wage Decision (SCA WD) for the location of work has been attached. The SCA WD for the awardee’s home office will be applicable and included at award. All interested vendors are required to be registered in sam.gov with a valid Commercial and Government Entity Program (CAGE) code. 2. PROJECT INFORMATION. A-E services shall include pavement inspection utilizing PAVER™ Version 7.1 or higher located at Fort Campbell, Kentucky. Work shall be accomplished in accordance with ASTM D6433 (20 or later) with exception to the sampling rate as identified in the Scope of Work (see attachments). Reference the Scope of Work for additional information regarding qualifications of personnel, coordination, permitting, field surveying, scheduling, submittals, government ownership, antiterrorism and security provisions, major requirements, modeling, analysis, 10-year working analysis, project development, meetings, ISR reporting, draft and final reporting, quality assurance, deliverables, and points of contact. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. a. Specialized Experience and Technical Competence: Submittals shall demonstrate the specialized experience and technical competence to execute the types of projects and activities as indicated above in paragraph 2, PROJECT INFORMATION. Experience implementing the PAVER™ Pavement Management System using the PAVER™ software version 6 or newer (PAVER™ 7 experience is preferred) and manual pavement distress data collection. Submit no more than four (4) examples of PAVER™ implementation projects using the PAVER™ software and pavement management system and manual distress data collection. Example projects should be submitted for roads and parking only. PAVER™ implementation experience on Army or Air Force installations is desirable but not essential. Only relatable experience that has occurred in the last five years should be included in the submittal. Project examples submitted should be of completed projects. All projects cited shall identify start/complete dates, project size (pavement area, cost and scope) and tasks performed. In addition to the example projects above, include a list (SF 330, Part I, Section H) of any other PAVER™ implementations using manual pavement distress data collection completed within the last five years including location, customer, pavement type (roads, parking areas, airfields, etc.) and area of pavement inspected. (SF 330, Part I, Section F) b. Professional Qualifications: Firms shall demonstrate professional personnel qualifications and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, relevant experience and longevity with the firm. Experience working on applicable Army and Air Force projects is desirable and should be identified. (SF 330, Part I, Sections E & G). Provide resumes for a minimum of one (1) project manager (team leader), Project managers should be a U.S. registered Professional Engineer and have at least five (5) years of experience implementing the PAVER™ pavement management system. Provide resumes for a minimum of two (2) civil engineers. Civil Engineers should have a minimum of three (3) years of experience implementing the PAVER™ pavement management system. Civil engineers should have a thorough knowledge of the PAVER™ software and PAVER™ pavement management system and should have several years of experience identifying pavement distresses in accordance with ASTM D6433. Experience creating PCI and M&R family models, performing condition analysis, and performing M&R work planning should be indicated. Civil Engineers should be a U.S. registered Professional Engineer. List recent PAVER™ software training attended. Provide resumes for a minimum of two (2) Engineering Technicians. Engineering Technicians should have at least three (3) years of experience implementing the PAVER™ pavement management system. Engineer Technicians should have several years of experience identifying pavement distresses in accordance with ASTM D6433. Knowledge and experience using the PAVER™ software is desirable. Experience creating PCI and M&R family models, performing condition analysis, and performing M&R work planning should be indicated. List recent PAVER™ software training attended. Provide resume for a minimum of one (1) GIS Technician. GIS Technician should have at least one (1) year of experience creating/updating PAVER™ GIS network shapefiles. c. Past Performance. Past performance on DoD and other contracts with respect to the quality of work and compliance with performance schedules, as determined by CPARS and other sources. Submit entire CPARS evaluations, not summaries of ratings. Provide CPARS for the 4 projects identified in section I only. Provide PPQ in the event that CPARS does not exist. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. d. Proposed Management Plan. A proposed Management Plan shall be presented that includes an organization chart (reference SF330, Part I, Section D) and addresses team organization (reference SF330, Part I, Section C), any anticipated sub-contractors or entities to supplement the design team, quality control procedures, cost control, coordination of in-house disciplines and consultants required to meet work capacity. Organizational chart should clearly indicate available inspection teams. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit electronically one (1) copy of the SF 330 Part I, and one (1) copy of SF 330 Part II for the prime firm and all consultants/subcontractors, to the following recipients with subject line “Fort Campbell PAVER Synopsis Response” not later than 2:00 PM Central Standard Time (CST) on the response date indicated in this announcement: Brandon Landis, brandon.p.landis@usace.army.mil Amanda Eaton, amanda.e.eaton@usace.army.mil For file sizes greater than 20 megabytes (MB) the firm shall break the file into smaller files sent via separate emails with each email marked to identify which number the email is relative to the total number of emails submitted (i.e. “Email 1 of 2”). Once all emails submitted have been received the Government will confirm receipt via responsive email. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 3/2013 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. The submittal shall have a page limit of 50 pages (total of 50 pages allowed for complete copy of the submittal, ALL-INCLUSIVE). The selection board will not evaluate beyond 50 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger and have text of Arial, Times New Roman, or Calibri. Pages shall be 8-1/2 inches by 11 inches. Margins should be no less than 1” (right, left, top, and bottom). An SF 330 Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature and extraneous materials are not desired and will not be considered. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of four (4) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. If more than 4 projects are submitted, only the first 4 projects will be evaluated. Use no more than two (2) pages per project. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. Past Performance evaluations (CPARS/ACASS, PPQ - reference Paragraph 3.d. above) shall be submitted for each project provided in SF 330, Part I, Section F. SF 330, Part I, Section H (Additional Information) shall contain the following information. SF 330, Part I, Section H (Additional Information) shall contain the information in paragraph 3.d above regarding Management Plan. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. A draft solicitation is provided with this announcement. The purpose of this draft solicitation is for industry to be able to review the provisions, clauses, terms, and conditions. This is not a request for proposal. A price proposal is not requested with this announcement. The Corps will review contractor qualifications and select the most highly qualified firm. That firm will receive the solicitation and a proposal will be requested and negotiated with that firm. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 25 March 2024 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-24-R-0017 The Bidder Inquiry Key is: Q5EMAR-RHTX9Q Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. 5. PLACE OF CONTRACT PERFORMANCE: As noted above Service Contract Act Wage Decisions will be applicable to both the project site, Fort Campbell, Kentucky, and the awardee’s home office (this wage decision will be provided at award).

Fort Campbell, KY, 42223, USALocation

Place Of Performance : Fort Campbell, KY, 42223, USA

Country : United StatesState : Kentucky

You may also like

3CA06532 Pavement Replacement

Due: 01 May, 2024 (in 4 days)Agency: CAL FIRE

Slide Creek Road Realignment

Due: 01 May, 2024 (in 3 days)Agency: Cowlitz county

3CA06532 Pavement Replacement

Due: 01 May, 2024 (in 4 days)Agency: CAL FIRE

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 541330
Classification CodeCode C219