Architect Engineering And Design Services

Tender Detail

32006237
W911XK20R0005
Self Funded
Architect Engineering And Design Services
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
18-08-2020

Work Detail

View Changes Architect Engineer A E Indefinite Delivery Type Contract For Planning Engineering And Design Services For The Detroit District U S Army Corps Of Engineers 1 Contract Information The Us Army Corps Of Engineers Detroit District Announces Its Intention To Procure Planning Engineering And Design Services In Accordance With Pl 92 582 Brooks A E Act As Implemented In Far Part 36 6 Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work The Contract Type Selected For This Procurement Is A Firm Fixed Price Indefinite Delivery Contract An Award Of Three Contracts Is Anticipated And May Be Awarded For These Services The Contract Period For Each Contract Is One 5 Year Period With No Option Years A 6 Month Extension May Be Exercised In Accordance With Far 52 217 8 For A Total Contract Period Not To Exceed 5 5 Years Two Indefinite Delivery Type Contracts Will Be Solicited Unrestricted Negotiated And Awarded One Indefinite Delivery Type Contract Will Be Solicited Small Business Negotiated And Awarded To A Small Business Individual Fixed Price Delivery Orders Will Not Exceed 1 000 000 00 Work Will Be Issued By Negotiated Firm Fixed Price Tasks Orders Not To Exceed This Limit Task Orders Will Be Awarded Out Of The Same Pool Of Funding The Total Not To Exceed Nte Amount For The Single Combined Pool Of The 3 Awards 2 Unrestricted And 1 Small Business Contracts Plus A 6 Month Option To Extend Services Using Far 52 217 8 Is 13 750 000 The Government Will Satisfy A Minimum Obligation Of 5 000 00 For Each Of The Three Contract Awards Projected Award Is Anticipated In 2021 Project Work Will Be Performed Within The Boundaries Of The U S Army Corps Of Engineers Detroit Chicago And Buffalo Districts This Announcement Is Open To All Businesses Regardless Of Size For The Two Unrestricted Contracts And Competition For The Third Contract Will Be Limited To Small Businesses Large Businesses Must Comply With Far 52 219 9 Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract The Subcontracting Goals For The Detroit District Which Will Be Considered In The Negotiation Of This Contract Are 1 At Least 50 Of A Contractor s Intended Subcontract Amount Be Placed With Small Businesses Sb 2 At Least 5 Of A Contractor s Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses Sdb 3 At Least 34 Of A Contractor s Intended Subcontract Amount Be Placed With Women Owned Sb Wosb 4 At Least 2 Of A Contractor s Intended Subcontract Amount Be Placed With Service Disabled Veteran Owned Sb 5 At Least 6 Of A Contractor s Intended Subcontract Amount Be Placed With Hub Zone Sb The Small Business Subcontracting Plan Is Not Required With This Submittal The North American Industrial Classification System Naics Code Is 541330 Which Has A Size Standard Of 16 500 000 00 In Average Annual Receipts Service Contract Labor Standards Far 22 10 Are Applicable To This Contract To Be Eligible For Contract Award The Contractor Must Be Registered In The System For Award Management Under The Required Naics Code Registration Is Free And Can Be Accessed At Http Www Sam Gov 2 Project Information No Specific Projects Are Identified At This Time The Majority Of The Professional Services Required Will Be For Work Related To Planning Engineering Designing Constructing And Operations And Maintenance Activities Associated With Navigation Projects Electrical Power Distribution And Controls Systems Local Flood Mitigation Projects Rehabilitation Of Buildings Structures And Facilities Infrastructure Repairs And Improvements Shoreline Protection And Remediation Environmental And Ecosystem Restoration Watershed Studies Hydraulic Hydrologic And Coastal And Sediment Transport Engineering 3 Selection Criteria Firms Must Demonstrate In Their Submittal The Ability To Meet The Selection Criteria The Selection Criteria Are Listed Below In Descending Order Of Importance Criteria A Through E Are Primary Factors Criteria F Through H Are Secondary Factors And Will Only Be Used As Tie Breakers Among Firms That Are Essentially Technically Equal A Specialized Experience And Technical Competence The Prime Firm And Any Subcontractors Shall Demonstrate Recent Last 10 Years Specialized Experience And Technical Competence In Or Related To Harbors Rivers Canals And Waterways And The Design Of Navigation Project Structures Including Navigation Locks Guidewalls Breakwaters Piers Jetties Revetments And Dams Electrical Distribution And Electrical Control Systems Including Use Of Standard Electrical And Power System Design Software Such As Etap And Eplan Construction Of New And Rehabilitation Of Building Structures And Facilities Infrastructure Repair And Improvements Flood Control Structures Erosion And Shoreline Protection And Remediation Dredging And Dredged Material Disposal Confinement Facilities Environmental And Ecosystem Restoration Hydraulic And Hydrologic Modeling Sediment Delivery And Transport Modeling Floodplain Studies Coastal Engineering Coastal Process Modeling Watershed Studies And Preparation Of National Environmental Policy Act Nepa Compliance Documents Cultural Resource Archeological Investigations And Impact Analysis Planning And Design Report Documents Construction Plans And Specifications And Cost Estimates Use Of Corps Of Engineers Standard Programs For Cost Estimating Mcaces 2Nd Generation Mii Specifications Specintact And Comment System Entitled Drchecks Use Of Geographic Information Systems Gis Use Of Various Software Packages For Hydrologic Modeling Of Watersheds To Include A Variety Of Hydrometeorologic Parameters Hydraulic Modeling Of Rivers Using 1 2 Or 3 Dimentional Models Water Quality Modeling Sediment Delivery And Transport Modeling Of Watersheds And Coastal Studies To Include Sediment Budgets Using Innovative Design And Construction Concepts Engineering Practices And State Of The Art Technologies Designing Projects Within Constrained Construction Schedules And Funding And Producing And Delivering Computer Aided Design And Drafting Cadd Drawings In A Windows Based Operating System And A Version Of Autodesk Or Bentley Product That Is Compatible With The Latest Version Of That Product Such As Microstation Connect Submittals That Demonstrate Experience With Rockwell Automation Software And General Electric Ifix Hmi Scada Software And Schweitzer Engineering Laboratories Protective Device Software Will Be Considered More Highly Qualified B Professional Capabilities A E Contractor Will Have Either In House Or Through Consultants Qualified Registered Professional Personnel In The Following Key Disciplines Civil Engineering Structural Engineering Environmental Engineering Mechanical Engineering Electrical Engineering Hydraulic Engineering Value Engineering Geotechnical Engineering Geology And Architectural Design Practicing In The States Where Projects May Be Located Michigan Minnesota Wisconsin Indiana Illinois Ohio Pennsylvania And New York A Minimum Of At Least One Registered Professional In Civil Engineering Structural Engineering Mechanical Engineering And Electrical Engineering In A Minimum Of At Least One Of These States Is Required Having Disciplines With Registered Professionals In Multiple States Will Be Considered More Highly Qualified Registrations Certifications In Hydrology Leed Industrial Hygiene And Fire Protection Would Be Optimal C Capacity To Accomplish The Work Capacity To Execute Multiple Task Orders Simultaneously And To Perform Two 500 000 Tasks Or Multiple Tasks Adding Up To 1 000 000 In One Year The Selected Firm Shall Have Available For Work On Task Orders Adequate Professional And Technical Personnel In The Following Disciplines Civil Engineering Environmental Engineering Mechanical Engineering Electrical And Controls Engineering Structural Engineering Geotechnical Engineering And Geology Hydraulic Engineering Hydrologist Coastal Engineering Archaeologists Industrial Hygienists Value Engineering Architectural Design Cost Estimating Data Management Specification Writers Computer Aided Design And Drafting Cadd Technicians Geographic Information Systems Gis Specialists Planners Economists Biologists And Ecologists The Firm Must Have Available A Minimum Of One Qualified Person Per Discipline Multiple Qualified People For A Discipline Will Be Considered More Highly Qualified The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects And The Availability Of An Adequate Number Of Personnel In The Above Disciplines D Past Performance Past Performance On Department Of Defense Dod And Other Contracts Preferably Corps Of Engineers Contracts With Respect To Management Cost Control Quality Of Work And Compliance With Performance Schedules As Determined From Cpars And Other Sources Firms May Include Documentation Of Past Performance On Recent Similar Contracts With Other Federal Agencies State And Local Governments And Private Firms The Firm Must Demonstrate At A Minimum An Effective Quality Control Program That Has Delivered High Quality Products On Time And Within Budget Cpars Is The Primary Source Of Information On Past Performance Cpars Ratings From The Previous 5 Years Will Be Queried For All Prime Firms Submitting A Response The Board May Seek Information On Past Performance From Other Sources Including Information From Sf 330 Section F But Is Not Required To Seek Other Information On The Past Performance Of A Firm If None Is Available From Cpars The Board Will Consider The Relevancy Of Each Performance Evaluation To The Proposed Contract Including The Type Of Work Performing Office Age Of The Evaluation And Whether Subsequent Evaluations Indicate A Change In A Firm S Performance A Firm That Has Earned Excellent Evaluations On Recent Dod A E Contracts For Similar Projects Will Be Ranked Relatively High On Past Performance E Demonstrate Knowledge Of The Great Lakes Demonstrate The Knowledge Of The Great Lakes Locality That The Firm And Proposed Team Possess To Accomplish The Planning Engineering And Design Services To Be Provided Including Regulatory The Firm Must Have A Minimum Of 3 Past Projects In The Great Lakes Area F Geographic Proximity Geographic Location Of The Principal Design Office Within The Boundaries Of Detroit District Chicago District Or Buffalo District G Extent Of Participation Small Business Small Disadvantaged Business Historically Black Colleges And Universities And Minority Institutions In The Proposed Contract Team Measured As A Percentage Of The Total Estimated Effort H Volume Of Dod Contract Awards The Overall Most Highly Qualified Firms Will Not Be Rejected Solely In The Interest Of Equitable Distribution Of Contracts Responding Firms Should Cite All Contract Numbers Award Dates And Total Negotiated Fees For Any Dod A E Contract Awarded Within The Past Twelve 12 Months Also Indicate All Task Orders And Modifications Awarded To Your Firm By Dod Agencies Under An Indefinite Delivery Type Contract Within The Last Twelve 12 Months Indicate Date Of Task Orders And Fee For Each This Will Be Based On Part Ii Block 11 Of Sf 330 Do Not Include Options That Have Not Been Exercised 4 Submission Requirements All Responses To This Announcement Shall Be Submitted Electroncially Please See Section 6 For Dod Safe Procedures For Electronic Submission Procedures Not Later Than The Response Date And Time Specified In This Sam Posting Facsimile Or Email Transmissions Will Not Be Accepted This Is Not A Request For Proposal Solicitation Packages Will Not Be Provided Interested Firms Should Submit Copies Of Sf 330 Part I Copies Of Sf 330 Part Ii Submitted Together In One Pdf Document Sized 8 1 2 X 11 For The Prime Firm And All Subcontractors And Should Be Uploaded To According To Section 6 Include The Firm s Duns Number For The Prime And Key Subcontractors In Sf 330 Block 10 The Firm Shall Present An Organizational Chart Narrative In Section H On Sf 330 Describing How The Organization Will Function Including How The Qa Qc Plan Will Be Implemented Firms Shall Identify Those Functions To Be Subcontracted Out And Where Those Subcontractors Are Located Per Far 36 606 The Clause Prescribed At 44 204 B Subcontractors And Outside Associates And Consultants Architect Engineer Services See 52 244 4 Limits A Firm S Subcontracting To Firms Agreed Upon During Negotiations All Contractors Shall Comply With 52 244 4 Subcontractors And Outside Associates And Consultants Architect Engineer Services Where Any Subcontractors And Outside Associates Or Consultants Required By The Contractor In Connection With The Services Covered By The Contract Will Be Limited To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer S Written Consent Before Making Any Substitution For These Subcontractors Associates Or Consultants Section E Shall Be Limited To 20 Resumes 20 Pages Total Section F Shall Be Limited To 10 Projects 20 Pages Total Section H Shall Be Limited To 20 Pages And Include A Project Management Plan And A Quality Management Plan Pages In Excess Of The Maximums Listed Will Be Discarded And Not Used In Evaluation Of The Selection Criteria Each Side Of A Sheet Of Paper Is A Page Use No Smaller Than 10 Font Size Cover Letters Company Literature And Extraneous Materials Are Not Desired And Will Not Be Considered Firms Should Submit Complete Sf330s Firms May Be Recommended As Not Qualified Or Ranked Low If Missing Confusing Conflicting Obsolete Or Obscure Information Prevents A Board From Reasonably Determining That A Firm Demonstrates Certain Required Qualifications Blocks E And G Of Part I Must Include Only Individuals Proposed To Perform The Anticipated Work Including All Subcontractors Or Consultants In The Appropriate Columns And Should Not Include Persons That Will Not Actually Do The Work Block E Must Clearly Show If Individuals Are Fulltime Consultants Or Free Lance Do Not Include Promotional Brochures Advertisements Or Other Extraneous Material In A Submission Such As Prices As This Is Not A Request For Proposal Include The Firm s Point Of Contact Email Address Telephone Number And Facsimile Number In The Submittal 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 If Copies Of Original Letters Of Commitment From Key Subcontractors Are Submitted This Will Be Considered A Strength In The Evaluation Of The Sf330s Commitment Letters Will Not Be Counted Against The Submittal Page Limits Firms Responding To This Announcement Before The Closing Date Will Be Considered For Selection Following An Evaluation Of The Qualifications And Performance Data Submitted The Firms That Are Considered The Most Highly Qualified Will Be Chosen For Interviews As Required By Acquisition Regulations Interviews For The Purpose Of Discussing Prospective Contractor s Qualification For The Contract Will Be Conducted Only After Submittal Review By The Selection Board Interviews Will Be Conducted By Telephone Selection Of Firms For Negotiation Shall Be Made In Order Of Preference Based On Demonstrated Competence And Qualifications Necessary To Satisfy The Performance In Accordance With The Specific Selection Criteria Listed In The Announcement 5 Request For Information Questions Questions Will Not Be Answered Over The Phone Please Submit Your Questions As Follows Inquiries Firms Shall Not Include Identifying Information In Any Submitted Inquiry Firms Shall Only Submit One Question Per Inquiry Inquiries Containing Multiple Questions May Be Rejected A Questions Inquiries All Questions Pertaining To This Requirement Shall Be Submitted In Writing No Later Than 27 July 2020 10 00 A M Edt The Firm Shall Put The Solicitation Number W911xk20r0005 Rfi Questions In The Subject Line Of The Email All Questions Received After The Above Date And Time Will Not Be Answered B Questions Shall Be Submitted To Emery Moser Contract Specialist At Emery S Moser Usace Army Mil And Gail Hill Contracting Officer At Gail E Hill Usace Army Mil C Once All Inquiries Are Compiled And Addressed The Questions And Answers Will Be Generated As A Pdf Document And Posted To This Synopsis Advertisement On The Beta Sam Gov Website For All Interested Parties To View Acknowledge To Be Sent In With Their Submission Prior To The Closing Date Submissions Should Acknowledge That The Rfi Questions Have Been Reviewed If Additional Time Is Needed For Submission An Extension Will Be Executed In The Rfi Questions Posting And In This Synopsis Advertisement Posting On Beta Sam Gov 6 Electronic Submissions Accepted By Dod Safe Only All Responses To This Announcement Shall Be Submitted Electronically Hand Carried Delivery Or Usps Ups Fedex Delivery Of Hard Copies And Or Cd Roms Are Not Authorized Facsimile Submission Is Not Authorized Electronic Submission Is Required Through The Department Of Defense S Electronic File Sharing Service Dod Safe Https Safe Apps Mil The Dod Safe Application Is Used To Send Large Files To Individuals That Would Normally Be Too Large To Send Via Email There Are No User Accounts For Safe Authentication Is Handled Via Email Anyone Has Access To Dod Safe And The Application Is Available For Use By Anyone The Safe Getting Started Guide Has Information On How To Utilize The System Https Safe Apps Mil About Php Instructions For Uploading Are As Follows 1 Send An Email To The Contracting Officer And Contract Specialist To Receive The Link To Drop Off Your Submittal This Will Need To Be Completed No Later Than One 1 Day Prior To Submittal Date A Emery Moser Contract Specialist At Emery S Moser Usace Army Mil B Gail Hill Contracting Officer At Gail E Hill Usace Army Mil 2 You Will Receive An Email With The Link To Submit Your Drop Off 3 Short Note To The Recipients Click The Add Files Or Drag And Drop Your Files For File Description Enter W911xk20r0005 Firm Name 4 Click Upload Button To Send Documents 5 Guest Users Will Need To Check Their Email To Verify Their Email Address Before The Recipients Will Be Notified No Additional Action Is Required By Cac Users File Size Limitations Firms Are Advised To Follow The Dod Safe Instructions For Uploading Files Dod Safe Supports Delivery Up To 8Gb If Needed Firms Are Advised To Break The Files Down Into Smaller Sections In Order To Upload It To The System Check Dod Safe For Current File Submission Requirements If Multiple Files Or Sections Are Required Divide The Files Or Sections As Logically As Possible And Be Sure To Clearly Name The Files As Specified Below If Multiple Drop Offs Are Anticipated Or You Submission Exceeds The Maximum File Size The Firm Will Need To Request A New Link For Each Additional Drop Off In Such Cases Please Divide The Sections As Logically As Possible And Be Sure To Clearly Name The Files As Specified Below File Naming Convention To Ensure Your Submission Is Received And Processed Appropriately It Is Important That Interested Parties Carefully Ensure Their Electronic Files Adhere To The Following Naming Convention W911xk20r0005 Firmname Document Title W911xk20r0005 Firmname Document Title Each File Name Shall Begin With The Solicitation Number Followed By The Firm S Name And A Brief File Description Please See Examples Above File Organization Although Hard Copies Are Not Accepted Each File Shall Be Clearly Indexed And Logically Assembled Font Size Shall Be 10 Or Larger Pages Shall Be Letter Sized Larger Page Sizes Such As 11X17 Fold Outs Etc Will Be Counted As Two Pages Submittals Shall Be In A Narrative Format Organized And Titled So That Each Section Of The Submittal Follows The Order And Format Of The Factors Information Presented Should Be Organized So As To Pertain To Only The Evaluation Factor In The Section That The Information Is Presented Information Pertaining To More Than One Evaluation Factor Should Be Repeated In The Each Section For Each Factor Upload Completion Amp Deadline Interested Parties Shall Submit Responses No Later Than The Date Specified On The Solicitation Document The Time Amp Date Of Submittal Receipt Will Be The Upload Completion Delivery Time Amp Date Recorded Within Dod Safe Site Do Not Assume That Electronic Submission Will Occur Instantaneously Large Files E G 10Mb Or More Will Take Some Time To Upload Firms Should Time Their Upload Effort With Prudence By Not Waiting Until The Last Few Minutes This Will Allow For Unexpected Delays In The Transmittal Process Firms Are Encouraged To Keep A Copy Of The Upload Confirmation For Their Record Submissions After The Deadline Will Be Considered Late And Will Be Processed In Accordance With Far 15 208 Important You Will Receive An Email From Dod Safe With Your Link To Upload Your Files Once In Dod Safe You Must Manually Add The Email Addresses Of The Usace Contracting Specialist And Contracting Officer To The To Line Before You Submit It If This Is Not Done Your Submission Will Not Be Received By Usace By The Deadline Submissions After The Deadline Will Be Considered Late And Will Be Processed In Accordance With Far 15 208 Electronic Files Files Shall Be In Their Native Format I E Doc Xls Ppt Etc Or If In Pdf Format Shall Be In Searchable Text Text And Graphics Portfolios Of The Electronic Copies Shall Be In A Format Readable By Microsoft Office Or Adobe Applications Data Submitted In A Spreadsheet Format Shall Be Readable By Ms Excel All Cells And Formulas Should Be Unlocked Contracting Office Address 477 Michigan Avenue Detroit Michigan 48226 United States Primary Point Of Contact Emery Moser Contract Specialist Emery S Moser Usace Army Mil Secondary Point Of Contact Gail Hill Contracting Officer Gail E Hill Usace Army Mil Projected Awards Are Anticipated February 2021 Award For This Requirement Will Be Determined By Source Selection The Solicitation And Evaluation Process Will Be Conducted In Accordance With Federal Acquisition Regulation Far Parts 15 And 36 The Solicitation Package Request For Sf 330 Any Materials Documents Drawings Specifications And Attachments To The Anticipated Advertisement Will Be Available Only Electronically Via Sam At Beta Sam Gov Hard Copy Documents Will Not Be Supplied By The Government To Any Interested Parties As A Result Of This Solicitation Please Note That The Government Will Not Maintain An Interested Vendors List During The Announcement Period

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail