News

Architect/Engineer Services for Master Planning Services for Military and Civil Works Projects within the Great Lakes and Ohio River Division Mission Boundaries

Type of document: Contract Notice
Country: United States

Architect/Engineer Services for Master Planning Services for Military and Civil Works Projects within the Great Lakes and Ohio River Division Mission Boundaries

Agency:
Department of the Army

Official Address:
Attn: CELRL-CT
PO Box 59 Louisville KY 40201-0059

Zip Code:
40201-0059

Contact:
Magdalena Bernard, Contract Specialist, Phone 5023156215, Email magdalena.bernard@usace.army.mil

Link:

Date Posted:
17/05/2017

Classification:
C

Contract Description:

Solicitation: W912QR-17-R-0047
Agency/Office:
U.S. Army Corps of Engineers Location:
USACE District, Louisville Title:
Architect/Engineer Services for Up to Three (3) Indefinite Delivery/Indefinite Quantity Contracts Primarily for Master Planning Services for Military and Civil Works Projects within the Great Lakes and Ohio River Division Mission Boundaries.
Description(s):

1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) master planning services for various military and civil works projects in support of LRL, LRD and USACE nationwide customers. Projects outside the primary mission area of responsibility may be added at the governmentтАЩs discretion upon agreement of the A/E firm on an as needed basis.

Up to three (3) Indefinite Delivery/Indefinite Quantity contracts will be awarded. The maximum cumulative contract value for each contract is $9,000,000. The contract period is for a five year base contract with no options. Projects will be awarded by individual task orders.

Up to three firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors.
Significant emphasis will be placed on the A/EтАЩs quality control procedures, as the district will perform the quality assurance role only. Estimated start date is July 2017.

AMDT 0002********************************************************************************************************
In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP.
******************************************************************************************************** AMDT 0002

In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time.
Performance evaluations will be maintained for use in future source selections for architect-engineer services.

2. PROJECT SPECIFIC INFORMATION: The following are major work elements that would be included in this requirement. These lists are not all encompassing. Conduct all aspects of Master Planning for Department of Defense installations and bases, civil works locations, municipalities, cities and counties, other federal and state agencies. Services may include sustainable planning, natural, historic and cultural resource management, healthy community planning, defensible planning, capacity planning, area development planning, network planning, form-based planning, facility standardization and plan-based programming. Products of these efforts will include but are not limited to Vision Plans, Installation Development Plans, Installation Planning Standards, Installation Sustainability Assessment (ISA) Planning Studies, Encroachment Sustainability (ESAP) Planning Studies, Real Property Planning and Analysis System (RPLANS) support, Installation Complex Encroachment Management Plans (ICEMAPs), Air Installation Compatible Use Zone (AICUZ) Planning Studies, Regulating Plans, Implementation Plans, Environmental Documentation, Network Plans, programming documents and other products as prescribed by Department of Defense, Unified Facilities Criteria, Installation Master Planning (UFC 2-100-01, 15 May 2012). Other services may include, infrastructure assessments, DD Form 1391 preparation, planning charrettes, planning feasibility studies, transportation plans, Net Zero Energy Installations (NZEI) plans, project economic and market analyses, stationing plans, installation design standards, facility utilization surveys, security and anti-terrorism/force protection studies, life safety improvements, and Americans with Disabilities Act (ADA)
surveys. Additional services may include housing studies, housing community plans, information management master plans, medical master plans, privatization studies, baseline studies, CAD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, database migration/consolidation, data scanning and archiving, and code and regulatory comparisons.

3: SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. тАЬaтАЭ through тАЬdтАЭ are primary, and тАЬeтАЭ is secondary.

a) Professional Qualifications:
The governmentтАЩs evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm.

b) Specialized Experience and Technical Competence:
The governmentтАЩs evaluation of Specialized Experience and Technical Competency will consider example projects in the SF330 Section F which include Specialized Experience and Technical Competencies below. The government will also consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E.

1. Performance of Planning Charrettes and development of programming documents to include complete DD Form 1391s to include the backup/supporting documentation sections (Tabs B-J from the ArmyтАЩs DD Form 1391 Processor System), detailed cost estimates, and Economic Analysis.

2. Proficiency in the analysis of real property assets using the ArmyтАЩs Real Property Planning and Analysis System (RPLANS), to include the analysis and development of algorithms and edits to the calculated facility allowances.

3. Preparation of US Army and Air Force master planning products such as Installation Development Plans, Area Development Plans, and ICEMAPS, various engineering studies involving facilities, infrastructure, application of sustainable design and development concepts, and/or operational activities on military installations.

c) Capacity:
Firms must demonstrate the necessary capacity to perform three (3) large task orders simultaneously and within prescribed schedules. A large task order is defined as larger than
$300,000. The evaluation will consider the availability of an adequate number of personnel in key disciplines.

d) Past Performance:
Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources.

e) Small Business Participation:
In paragraph H, provide a brief narrative explaining the roles proposed for small businesses on the team. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service- Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled тАШFirm NameтАЩ, тАШSmall Business CategoryтАЩ, and тАШ% ParticipationтАЩ).

4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) hard copy and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at

The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and coversheets do not count against the total page count of the

response to the RFP.

Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.

Additional instructions and clarifications for SF330:

SF330 Section D:
The offerors shall submit an organizational chart as required by SF330 Section D.

SF330 Section E:
The individuals identified by the project roles on the SF330 may not have multiple duties or be тАЬdual- hatted.тАЭ Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 14. Individuals included in SF330 Section E must possess the certifications and/or registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation. The individualтАЩs experience for the amount of time listed below applies to experience related to the position described and can include years working prior to registration/licensure/certification.

1. Project Manager, Registered Architect (RA), Professional Engineer (PE), Professional Landscape Architect (PLA), or Certified Planner (AICP), 10 Years
2. Project Manager, Registered Architect (RA), Professional Engineer (PE), Professional Landscape Architect (PLA), or Certified Planner (AICP), 10 Years
3. Architect Designer, Registered Architect, 10 Years
4. Architect Designer, Registered Architect, 10 Years
5. Civil Engineer Designer, Registered Professional Engineer, 10 Years
6. Civil Engineer Designer, Registered Professional Engineer, 10 Years
7. Landscape Architect, Professional Landscape Architect, 10 Years
8. Landscape Architect, Professional Landscape Architect, 10 Years
9. Community Planner, Certified Planner, 10 Years
10. Community Planner, Certified Planner, 10 Years
11. Cost Engineer, 10 Years, additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering.)
12. GIS Specialist, No certification required, 5 years
13. Economist, Bachelor Degree, 10 years
14. Military Master Planner, 10 years

SF330 Section F:
For all projects included in SF330 Section F, all must be substantially complete. Projects must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or freelance associates.

AMDT 0001********************************************************************************************************
Projects are considered substantially complete if enough work has been performed such that it demonstrates to USACE the ability of the Contractor, Subcontractors, etc. to successfully complete all phases of the project.

The Offeror shall submit a maximum of ten (10) projects in total; all ten (10) projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 2, PROJECT SPECIFIC INFORMATION. Additional consideration will be given for having at least one of each of the three project types listed in paragraph 3 (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Project descriptions should show explicit experience pertinent to this announcement.
******************************************************************************************************** AMDT 0001

If more than ten (10) projects are submitted, only the first ten (10) projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project.

SF330 Section H:
In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330.

In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firmтАЩs management approach; management of sub-consultants (if applicable); quality control procedures; procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offerorтАЩs ability to complete the work with available resources.

AMDT 0002********************************************************************************************************
In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled тАШFirm NameтАЩ, тАШSmall Business CategoryтАЩ, and тАШ% ParticipationтАЩ).
******************************************************************************************************** AMDT 0002

Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. local time on 19 May 2017. No other general notification to firms under consideration for this project will be made. 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.

To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at

Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Magdalena Bernard 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.

Contracting Office Address:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202

Place of Performance:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202
US

Point of Contact(s):
Magdalena Bernard at 502-315-6215; magdalena.bernard@usace.army.mil USACE District, Louisville

gency/Office: U.S. Army Corps of Engineers Location:
USACE District, Louisville Title: Architect/Engineer Services for Up to Three (3) Indefinite Delivery/Indefinite Quantity Contracts Primarily for Master Planning Services for Military and Civil Works Projects within the Great Lakes and Ohio River Division Mission Boundaries.
Description(s):

1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of architect/engineer (A/E) master planning services for various military and civil works projects in support of LRL, LRD and USACE nationwide customers. Projects outside the primary mission area of responsibility may be added at the governmentтАЩs discretion upon agreement of the A/E firm on an as needed basis.

Up to three (3) Indefinite Delivery/Indefinite Quantity contracts will be awarded. The maximum cumulative contract value for each contract is $9,000,000. The contract period is for a five year base contract with no options. Projects will be awarded by individual task orders.

Up to three firms will be selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second, and so on. Award of all contracts will be made within nine (9) months after award of the first contract provided there is sufficient workload. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors.
Significant emphasis will be placed on the A/EтАЩs quality control procedures, as the district will perform the quality assurance role only. Estimated start date is July 2017.

If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract.

In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time.
Performance evaluations will be maintained for use in future source selections for architect-engineer services.

2. PROJECT SPECIFIC INFORMATION: The following are major work elements that would be included in this requirement. These lists are not all encompassing. Conduct all aspects of Master Planning for Department of Defense installations and bases, civil works locations, municipalities, cities and counties, other federal and state agencies. Services may include sustainable planning, natural, historic and cultural resource management, healthy community planning, defensible planning, capacity planning, area development planning, network planning, form-based planning, facility standardization and plan-based programming. Products of these efforts will include but are not limited to Vision Plans, Installation Development Plans, Installation Planning Standards, Installation Sustainability Assessment (ISA) Planning Studies, Encroachment Sustainability (ESAP) Planning Studies, Real Property Planning and Analysis System (RPLANS) support, Installation Complex Encroachment Management Plans (ICEMAPs), Air Installation Compatible Use Zone (AICUZ) Planning Studies, Regulating Plans, Implementation Plans, Environmental Documentation, Network Plans, programming documents and other products as prescribed by Department of Defense, Unified Facilities Criteria, Installation Master Planning (UFC 2-100-01, 15 May 2012). Other services may include, infrastructure assessments, DD Form 1391 preparation, planning charrettes, planning feasibility studies, transportation plans, Net Zero Energy Installations (NZEI) plans, project economic and market analyses, stationing plans, installation design standards, facility utilization surveys, security and anti-terrorism/force protection studies, life safety improvements, and Americans with Disabilities Act (ADA)
surveys. Additional services may include housing studies, housing community plans, information management master plans, medical master plans, privatization studies, baseline studies, CAD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, database migration/consolidation, data scanning and archiving, and code and regulatory comparisons.

3: SELECTION CRITERIA: Selection criteria in descending order of importance are listed below. тАЬaтАЭ through тАЬdтАЭ are primary, and тАЬeтАЭ is secondary.

a) Professional Qualifications:
The governmentтАЩs evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm.

b) Specialized Experience and Technical Competence:
The governmentтАЩs evaluation of Specialized Experience and Technical Competency will consider example projects in the SF330 Section F which include Specialized Experience and Technical Competencies below. The government will also consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E.

1. Performance of Planning Charrettes and development of programming documents to include complete DD Form 1391s to include the backup/supporting documentation sections (Tabs B-J from the ArmyтАЩs DD Form 1391 Processor System), detailed cost estimates, and Economic Analysis.

2. Proficiency in the analysis of real property assets using the ArmyтАЩs Real Property Planning and Analysis System (RPLANS), to include the analysis and development of algorithms and edits to the calculated facility allowances.

3. Preparation of US Army and Air Force master planning products such as Installation Development Plans, Area Development Plans, and ICEMAPS, various engineering studies involving facilities, infrastructure, application of sustainable design and development concepts, and/or operational activities on military installations.

c) Capacity:
Firms must demonstrate the necessary capacity to perform three (3) large task orders simultaneously and within prescribed schedules. A large task order is defined as larger than
$300,000. The evaluation will consider the availability of an adequate number of personnel in key disciplines.

d) Past Performance:
Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Past Performance Information Retrieval System (PPIRS) and other sources.

e) Small Business Participation:
In paragraph H, provide a brief narrative explaining the roles proposed for small businesses on the team. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service- Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled тАШFirm NameтАЩ, тАШSmall Business CategoryтАЩ, and тАШ% ParticipationтАЩ).

4.) SUBMISSION REQUIREMENTS: Offerors must submit one (1) hard copy and one (1) electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at

The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and coversheets do not count against the total page count of the

response to the RFP.

Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.

Additional instructions and clarifications for SF330:

SF330 Section D:
The offerors shall submit an organizational chart as required by SF330 Section D.

SF330 Section E:
The individuals identified by the project roles on the SF330 may not have multiple duties or be тАЬdual- hatted.тАЭ Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 14. Individuals included in SF330 Section E must possess the certifications and/or registrations listed below and must have performed in their respective role (i.e. project manager, architect designer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation. The individualтАЩs experience for the amount of time listed below applies to experience related to the position described and can include years working prior to registration/licensure/certification.

1. Project Manager, Registered Architect (RA), Professional Engineer (PE), Professional Landscape Architect (PLA), or Certified Planner (AICP), 10 Years
2. Project Manager, Registered Architect (RA), Professional Engineer (PE), Professional Landscape Architect (PLA), or Certified Planner (AICP), 10 Years
3. Architect Designer, Registered Architect, 10 Years
4. Architect Designer, Registered Architect, 10 Years
5. Civil Engineer Designer, Registered Professional Engineer, 10 Years
6. Civil Engineer Designer, Registered Professional Engineer, 10 Years
7. Landscape Architect, Professional Landscape Architect, 10 Years
8. Landscape Architect, Professional Landscape Architect, 10 Years
9. Community Planner, Certified Planner, 10 Years
10. Community Planner, Certified Planner, 10 Years
11. Cost Engineer, 10 Years, additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering.)
12. GIS Specialist, No certification required, 5 years
13. Economist, Bachelor Degree, 10 years
14. Military Master Planner, 10 years

SF330 Section F:
For all projects included in SF330 Section F, all must be substantially complete. Projects must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or freelance associates.

AMDT 0001********************************************************************************************************
Projects are considered substantially complete if enough work has been performed such that it demonstrates to USACE the ability of the Contractor, Subcontractors, etc. to successfully complete all phases of the project.

The Offeror shall submit a maximum of ten (10) projects in total; all ten (10) projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 2, PROJECT SPECIFIC INFORMATION. Additional consideration will be given for having at least one of each of the three project types listed in paragraph 3 (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Project descriptions should show explicit experience pertinent to this announcement.
******************************************************************************************************** AMDT 0001

If more than ten (10) projects are submitted, only the first ten (10) projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project.

SF330 Section H:
In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20 page limit of SF330 Section H or the 100 page limit for the entire SF330.

In SF330 Section H, each offeror shall present a Design Quality Management Plan including an explanation of the firmтАЩs management approach; management of sub-consultants (if applicable); quality control procedures; procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Design Quality Management Plan shall also include a Capacity Narrative describing the offerorтАЩs ability to complete the work with available resources.

In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled тАШFirm NameтАЩ, тАШSmall Business CategoryтАЩ, and тАШ% ParticipationтАЩ).

Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. local time on 26 May 2017. No other general notification to firms under consideration for this project will be made. 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.

To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at

Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Magdalena Bernard 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202.

Contracting Office Address:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202

Place of Performance:
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202
US

Point of Contact(s):
Magdalena Bernard at 502-315-6215; magdalena.bernard@usace.army.mil USACE District, Louisville

 

Response Date:
052617

Sol Number:
W912QR-17-R-0047

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy