News

FY 19 AE Design

Type of document: Contract Notice
Country: United States

FY 19 AE Design

Agency:
Department of the Army

Official Address:
Attn: CEMVM-CT
167 North Main Street, Room B-202 Memphis TN 38103-1894

Zip Code:
38103-1894

Contact:
Andrea Jackson, Contract Specialist, Phone 9015443357, Email andrea.jackson@usace.army.mil

Link:

Date Posted:
08/01/2019

Classification:
R

Contract Description:
01/08/18

THIS IS A PROPOSED INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MISCELLANEOUS DESIGN SERVICES PRIMARILY WITHIN THE MEMPHIS DISTRICT.

1. CONTRACT INFORMATION: The services to be procured under this announcement are classified in North American Industry Classification System Code 541330. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6.

Multiple contracts will be awarded as a result of this announcement. Contracts will be awarded by the Memphis District. Work will be accomplished under separate Indefinite Delivery Type Contracts. Each contract is NTE $5,000,000 with a performance period of five (5) years. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution.

2. PROJECT INFORMATION: A-E service capabilities are required for various civil works projects and support for other agencies. Work may be comprised of civil, structural, water resources (hydraulics and hydrology), geotechnical, environmental/sanitary, electrical, mechanical, control systems, fire protection and cost engineering; construction phase services, surveying, mapping, geotechnical investigations, and architectural design.

Work may include, but is not limited to: preparation of construction documents for design-bid-build (complete design) projects; preparation of requests for proposal (RFP) for design-build projects; concept level designs and engineering feasibility studies; construction cost estimating; value engineering; general design analyses; site investigation/assessment of existing conditions; demolition and renovation of existing facilities; civil site design; geotechnical investigations, studies, and designs; hydraulic and hydrologic modeling, studies, and designs; building information modeling (BIM); condition assessment of existing utilities; engineering services during construction; construction schedule development and evaluation, quality assurance, and specialized inspections; arc flash analysis; and inspection of USACE completed works.

Capability and experience may be required for, but not limited to the following project types: channels, levees, gated and non-gated drainage structures (pipes and culverts), floodwalls, pump stations and other Flood Risk Management projects; single and multi-story facility design for military, medical, and other types; maintenance and rehabilitation projects for interiors and exteriors of medical, military, and other facilities; site design to include parking, roadways, storm drainage, force protection and additional infrastructure; military airports to include airfield paving, parking, terminals, hangars, and other facilities; electrical power requirement assessment, power production, prime power generation and distribution; condition assessment of existing facilities; design-build proposal preparation; cost and value engineering; and arc-flash analysis.

Professional design experience is required in the following engineering disciplines: civil, structural, water resources (hydraulics and hydrology), geotechnical, environmental, electrical, mechanical, control systems, fire protection and cost. Professional design experience is required in architecture and surveying.

Firms must employ qualified, registered professional personnel in the following key disciplines: civil, structural, geotechnical, water resources (hydraulics and hydrology), environmental, mechanical, electrical, fire protection, cost and value engineering; surveying, mapping, and geospatial; soil sampling and laboratory testing; and architecture.

Firms must also demonstrate experience with and may be required to design using MicroStation V8i (SS4) or later; Bentley Power InRoads (SS4) or later; AutoCAD 2017 (CAD output may be requested in dwg or dgn format); Autodesk Civil 3D 2017 or later; Autodesk Revit 2018 or lower; AECOsim Building Designer; use of BentleyтАЩs ProjectWise Explorer as file management software. Proposals should demonstrate experience using the CAD software products stated herein and may require use of latest A/E/C CAD Standards or USACE Civil 3D Template provided by USACE CAD/BIM Technology Center. Prepare construction cost estimates by utilizing Corps of Engineers, Microcomputer Aided Cost Estimating Systems/ MII.

Work shall be accomplished in English and/or metric units as directed

3. SELECTION CRITERIA: The source selection process for this acquisition will evaluate the following primary selection criteria, which are listed in descending order of importance. Sub-factors within each criterion are equally important unless stated otherwise. The Government reserves the right to reject any and all offers. Criteria A through E are primary and will be evaluated for all Offerors. Criteria F and G are secondary and will only be used as tie-breakers among Offerors that are essentially technically equal.

Table 1: Primary Selection Criteria for Source Selection Process

Criteria         Description
A                  Specialized Experience and Technical Competence
B                  Professional Qualifications
C                  Knowledge of Local Conditions
D                  Past Performance
E                  Capacity

A. Specialized Experience and Technical Competence:

Offerors are to provide a maximum of ten (10) projects which demonstrate the firmтАЩs experience with the criteria mentioned below. Projects shall be submitted using SF330 Part 1, Section F form. Each project presented in Section F is limited to two (2) pages. All projects must have been completed within five (5) years of publication of this announcement. At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF 330 as the prime contractor) performed the majority (>50%) of the work on the project, either as the prime contractor or subcontractor. To demonstrate such performance, Offerors are to state the percentage of work they performed on presented projects.

тАУ At least three (4) projects shall demonstrate experience with flood damage reduction projects.
тАУ At least four (4) projects shall demonstrate experience with design of new facilities and/or renovation of existing facilities; of which at least two (2) of these projects shall be located on a military installation.
тАУ At least two (2) projects shall demonstrate experience with design, study, and/or analysis of water and sanitary sewer systems.

1. Design and studies of flood damage reduction projects, such as levees, floodwalls, channel modifications, culverts and pump stations that may include stability analyses, under-seepage studies, structural analyses, and hydraulic modeling and cost analysis.
2. Design and studies in support of routine and non-routine operations and maintenance of levees, channels, pump stations, gated drainage features, facilities, roads, and levee screenings and inspections.
3. Whole or partial building renovation design that includes at least five (5) of the following design elements as a substantial part of the design: mechanical system upgrades; electrical system upgrades; HVAC system upgrades; fire protection/detection system upgrades; life safety system upgrades; water and sewer system upgrades; exterior envelope upgrades including roof, windows, and walls; replacement of architectural elements; reconfiguration of interior architectural elements; building seismic upgrades; anti-terrorism/force protection upgrades.
4. Design of new large complex projects involving the layout of campus type facilities. The design shall include a majority of the following components: single and multi-story buildings (including barracks, hospitals, office buildings, academic facilities, administrative buildings, dining facilities, warehouses, maintenance facilities, training facilities, and guard houses); geometric design of roads and sidewalks; water treatment plants; waste water treatment plants; storm water collection and management systems; primary and backup power generation facilities; water distribution; sanitary sewer collection; electric power distribution; communication and internet distribution; gas distribution; anti-terrorism site security and force protection; and airfield facilities including runways, taxiways, hangars, and related infrastructure and ancillary facilities.
5. Water supply, water treatment and distribution, and water related computation analysis, studies or projects.
6. Sanitary sewer system analysis related to inflow and infiltration and capacity computations, studies, or projects.
7. Quality management procedures.

Basis of evaluation for Factor A: Information submitted in Part 1, Sections F and G.

B. Professional Qualifications:
Responding firms shall demonstrate the professional qualifications of the key discipline personnel below. Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed.

1. Project Manager (PE or RA required with 15 years experience)
2. Quality Assurance Manager (PE or RA required)
3. Structural Engineer (PE required)
4. Civil Engineer (PE required)
5. Geotechnical Engineer (PE required)
6. Hydraulic Engineer (PE required)
7. Hydrologic Engineer (PE required)
8. Mechanical Engineer (PE required)
9. Electrical Engineer (PE required)
10. Environmental Engineer (PE required)
11. Fire Protection Engineer (PE required, meets Section 1.6 of UFC 3-600-01)
12. Cost Engineer / Estimator (PE required)
13. Architect (RA required)
14. Land Surveyor (PLS required)

Only one resume (the lead for that discipline) shall be submitted for each discipline.
The basis of evaluation will be information provided in section E of the SF 330. The SF
330 shall include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered.
All disciplines are equal in importance. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The lead personnel for each discipline should be clearly identified in section E. Senior project personnel for each discipline are required to be licensed and/or registered.

Basis of evaluation for Factor B: Information submitted in Part 1, Sections E and G.

C. Knowledge of Local Conditions:
Firms should indicate experience and knowledge of the geographic area encompassed in the Memphis District (Eastern Arkansas, Missouri Boot heel, West Tennessee, Southern Illinois, Northwest Mississippi, and Western Kentucky). This should include knowledge of local terrain features, area working and weather conditions, location of major landforms, river basins, and permitting with local municipalities and state governments and agencies.

Basis of evaluation for Factor C: Projects identified in Section F, the specific experience of the listed key discipline in Section E, and information in Section H.

D. Past Performance:
Past performance on DoD, USACE, and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. Letters of recommendation from customers addressing your firmтАЩs cost control, quality of work, and schedule compliance capabilities may be included in Section H of the SF330. Letters should be for projects of a similar nature, size, and complexity as described above and were completed within the last five (5) years to be considered.

E. Capacity:
The evaluation will consider the availability of an adequate number of personnel among the proposed team in the following key disciplines: hydraulic engineer, hydrologic engineer, geotechnical engineer, civil engineer, structural engineer, biologist, architect, and project manager. Firms shall demonstrate their ability to perform work on multiple projects simultaneously with overlapping schedules.

Table 2: Secondary Selection Criteria for Source Selection Process

Criteria                 Description
F                          Small Business Participation in Contract Team
G                          Volume of DoD Contract Awards

F. Small Business Participation in Contract Team:
Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration.

Basis of evaluation for Factor H: Information submitted in Section H.

G. Volume of DoD Contract Awards:
Offerors shall provide the volume of work awarded by DoD agencies during the 12 months prior to this announcement. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award date, completion date, and award dollar amount.

Basis of evaluation for Factor H: Information submitted in Section H.

4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one paper copy and one electronic copy (in PDF format submitted on a CD/DVD) of the SF 330. Only one SF 330 Part I for the team as a whole shall be submitted. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF 330. Responses shall be submitted no later than 2:00 PM (Central) 08 February 2019. Include both the solicitation number and the companyтАЩs DUNS number on all submittals.

Submit responses to:
U.S. Army Corps of Engineers, Memphis District
ATTN: Andrea Jackson, CECTMVM, Memphis District, Corps of Engineers, Room 669
167 North Main Street,
Memphis, TN 38103-1894

Note the following restrictions on submittal.

Part I of the SF 330 shall not exceed 50 pages, front side only, excluding tabs, separators, and blank sheets, and shall be organized as follows:

Tab A тАУ SF 330, Part I, Sections A, B, C and D.
Tab B тАУ SF 330, Part I, Section E
Tab C тАУ SF 330, Part I, Section F
Tab D тАУ SF 330, Part I, Section G
Tab E тАУ SF 330, Part I, Section H and I.

Part II of the SF 330 shall not exceed 30 pages, front side only, excluding tabs, separators, and blank sheets, and shall be organized as follows:

Tab F тАУ SF 330, Part II
Tab G тАУ Joint Venture Agreement (as applicable). (This document does not count against the page limitation for Part II.)

Interviews. Interviews for the purpose of discussing prospective contractor qualifications will be conducted by the A-E Evaluation Board (Selection Board). Interview will be held with those Offerors deemed by the Board to be the most highly qualified. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. The contract is anticipated be awarded on or about March 29, 2019. There will be a possibility of additional awards at a later date.

*APPOINTMENTS WILL NOT BE SCHEDULED FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT *

This is not a Request for Proposal. A fee proposal will be requested at a later date.

* NOTE: Contractors must be registered with the System for Award Management (SAM).

****TECHNICAL INQUIRIES AND QUESTIONS
ALL Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet () no later than 5 days prior to bid opening date in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. 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 technical team. All timely questions and approved answers will be made available through ProjNet. Approved answers to all timely questions will also be posted on the FedBizOps in the form of a report generated from ProjNet as soon as the comment/question entering period is over and all answers are all finalized.

THE SOLICITATION NUMBER IS: W912EQ19R0003

THE BIDDER INQUIRY KEY IS: 8NP4A4-2C4M73

Specific Instructions for ProjNet Bid Inquiry Access:

1. From the ProjNet home page linked 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 above.
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.

Specific Instructions for Future ProjNet Bid Inquiry Access:

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 linked 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 above.
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.

THE CALL CENTER OPERATES WEEKDAYS FROM 8AM TO 5PM U.S. CENTRAL TIME ZONE (CHICAGO). THE TELEPHONE NUMBER FOR THE CALL CENTER IS 800-428-HELP.

Place of Contract Performance:
USACE District, Memphis 167 North Main Street, Memphis TN 38103-1894 and various other locations.

Set Aside:
none

Response Date:
020819

Sol Number:
W912EQ19R0003

 

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