Search Contract Opportunities

$85.0M Multiple Award Multi-Discipline Architect-Engineer (A-E) Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, Seattle District, U.S. Army Corps of Engineers

ID: W912DW19R0020 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

$85.0M Multiple Award Multi-Discipline Architect-Engineer (A-E) Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, Seattle District, U.S. Army Corps of Engineers

1. CONTRACT INFORMATION: NWS will select multiple A-E firms under this acquisition, consisting of small business A-Es and unrestricted (other-than-small business) A-E firms. These A-E firms will share the $85.0M capacity. NWS objectives are that up to six (6) A-E firms will be awarded contracts, with at least three (3) awarded to small businesses. Separate criteria established for other-than-small A-E Firms and the small business A-E firms. When submitting a response, indicate the Prime/Joint Venture (JV) firm's business size: Other-Than-Small or Small Business.

This announcement for IDIQ A-E services is open to all businesses, regardless of size. Selections will be made under the procurement procedures of Public Law 92-582 (the "Brooks Act"). Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work.

The Government intends to award multiple full and open competition IDIQ A-E contracts consisting of small business A-Es and other-than-small business A-E firms. These A-E firms will share the $85.0M capacity. Under the IDIQ contracts, project-level requirements will be scoped for selection, negotiation, and award as firm-fixed-price (FFP) Task Orders. If the Procuring Contracting Officer (PCO) determines during the selection process that the number of awarded contracts should be adjusted based upon the selection criteria, the PCO may adjust that number or award none at all. These IDIQ A-E contracts will have a base period of performance of seven (7) years, with no option periods.

The NAICS Code for this procurement is 541330 for Engineering Services. Firms will provide support for military (DoD) and IIS (non-DoD) planning, studies, design, and design support during construction. The A-E services will be primarily for military projects at U.S. Army, U.S. Air Force, and other DoD agency sites and secondarily for non-DoD project sites for various federal agencies throughout the Seattle District (NWS). NWS is also anticipating the sharing of contract capacity with other Districts under this new acquisition. NWS is pursuing these new contracts to replace existing IDIQ contract capacity ($45.0M awarded in 2018). This capacity is for military and IIS workload projected in 2020 and beyond.

The wages and benefits of service employees (see FAR 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of work).

To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions:

https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf

Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220.

2. PROJECT INFORMATION: The IDIQ A-E services work will include task orders for A-E design services relating to multi-disciplinary engineering and design work. Services will include project management, architectural, landscaping, civil, mechanical, electrical, structural, and all other necessary engineering and design specialties related to the assigned USACE missions.

A-E services under this acquisition may be required for one or more project phases. This may include project initiation, plan development, project definition, or requests for proposal (RFPs) with full design including specifications, drawings, and other engineering services for design-bid-build contracts and/or design/build contracts for construction. The A-E services may require design support during construction. Other services as required by the Government may be requested in individual task orders.

The IDIQ A-E work includes studies, analysis, and design in support of:

New construction, additions to, and renovation or remodel of facilities, including but not limited to, administrative, operations, training, and maintenance facilities;
New construction, renovation, and repair of support infrastructure such as facility-related site utilities and grounds, as well as site planning, design, surveying, landscaping, and roads and bridges; and
Specialized building systems such as fire protection, security, detection and alarm systems, and Energy Management Control Systems (EMCS).
IDIQ A-E services work will also include development of construction cost estimates using the MCASES MII cost estimating system, integration of current USACE sustainable design requirements, as well as design support during construction.

The A-E will prepare work products using current Army, Air Force, Corps of Engineers, and other agency standards for drawings, specifications, design analyses, cost estimating, and other services as required for a variety of major projects. Many task orders may involve preparation of requests for proposal (RFPs) for design-build contracts or full design packages for competitive bid and construction. Requirements include the ability to prepare designs using Building Information Modeling (BIM) and other advanced modeling technologies meeting Army, Air Force, and other agency standards. Incidental asbestos and lead survey work, geotechnical investigations and design support, surveying, subsurface utility engineering, and value engineering may be required under the design services.
Services will be accomplished in the contractor's office with the exception of field investigations and field surveys required at the individual project sites. The Government will not provide any direct supervision of the A-E employees.

Task orders will be issued as the need arises during the contract ordering period. Task order awards will be FFP-type orders. The period of performance of individual task orders will not exceed the life of the contract, unless otherwise approved by the Procuring Contracting Officer. The total contract amount will not exceed $85.0M in shared contract capacity. The minimum contract guarantee is $2,500. Task order values will range from $2,500 up to $2,000,000 ($2.0M), unless otherwise approved by the Procuring Contracting Officer.

The proposed procurement accommodates changes to the small business set aside requirements. Section 2804 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Pub. L. 115-232) amends the thresholds at 10 U.S.C. 2855 for small business set-asides of acquisitions for A-E services, so that acquisitions for military construction projects or military family housing projects valued at less than $1M are to be set aside for small businesses. Section 2804 also completely removes the DFARS 219.502-1 prohibition on setting aside acquisitions for small businesses.

The most highly qualified A-E for each task order requirement is determined as follows:

If the project is military-funded:
-Project requirements estimated at less than or equal to $1,000,000 will only consider the capabilities of the small business A-E firms.
-Project requirements estimated at greater than $1,000,000 will consider the capabilities of both small business and other-than-small business A-E firms.

If the project is IIS funded, potential fee value is not considered; both small business and unrestricted A-E firms will be considered for each new task order.

The most highly qualified A-E firm for the current task order requirement is determined in compliance with FAR 36.6 procedures.

3. SELECTION CRITERIA:

Offerors shall identify the A-E group (small business or other-than-small business) for which the firm is submitting their SF330 for consideration. Firms are not allowed to submit for groups which do not match their firm size. For the purposes of this procurement, a concern is considered a small business for NAICS 541330 if its annual gross receipts are $15 million or less..

SMALL BUSINESS A-E SELECTION CRITERIA:

Selection of the small business A-E firms will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion, if applicable. The Team is defined as the Prime/JV and their subconsultants identified in the SF 330. Criterion A through E are primary and will be evaluated for all offerors. Criterion F (not used for small business), G (not used), and H are secondary and will only be used as a tie-breaker' among firms that are essentially technically equal. The secondary criterion will not be co-mingled with the primary criteria in the evaluation.

Primary Criterion A - Specialized experience and technical competence of the proposed Team firm(s) in a broad range of military and non-DoD projects, in descending order of importance:

1. Design experience with the following facility types, listed in descending order of importance:
a. Administrative, training, quarters or dormitories, and short-term lodging facilities
b. Hangars, maintenance facilities, and warehouses
c. Community centers, education centers, youth/child development centers, and physical fitness facilities.
d. Site infrastructure (streets and highways, access controls, parking) and utilities.

2. Engineering and design support under:
a. Military construction (MILCON),
b. Minor MILCON, and
c. Military facilities, sustainment, restoration and modernization (FSRM) programs.

3. Experience in all phases of design including:
a. Project planning (DD1391 validation, project definition report, charrette),
b. Specifications,
c. Drawings,
d. Design-build-build contracts,
e. Design-build requests for proposal (RFP) contracts.

Additional considerations:

4. Projects in which the Prime/JV and its subconsultants demonstrated prior project experience working together in significant prime/subconsultant roles may be evaluated more favorably for this criterion.

5. Completed projects by the Prime/JV and its subconsultants on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criterion. Completed projects for non-DoD agencies, with similar requirements to the range of military projects described above, may be submitted as experience, but will not be evaluated more favorably for this criterion.

6. Support during construction for military projects by the Prime/JV and its subconsultants, demonstrated in one or more of the following areas: specialty submittal review, engineering inspections, and third-party HVAC commissioning, may be evaluated more favorably for this criterion.

Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in Sections F, G, and H of the SF330.

A maximum of ten (10) projects awarded to and/or completed by the Team no more than 5 years prior to submission, including joint ventures and teaming partners, shall be shown in Section F.

For the 10 projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state the work performed by the Team, extent of work completed, and dates of completion.

If the Offeror provides a specific task order as its "project," provide the base contract number(s) and the task order number(s) for reference purposes. If the Offeror provides a site-specific contract as its "project," provide the contract number. If the Offeror provides more than 10 example projects, only the first 10 examples will be evaluated in the order they are presented in the SF 330.

A completed project is defined as one in which the firm's performance of the work for which it was hired is complete.

Primary Criterion B - Professional qualifications of the Prime/JV staff and team consultants to be assigned to this contract.

Provide a maximum of two (2) resumes for each of the Key Personnel disciplines identified below with the exception of the Project Manager, for which a maximum of three (3) resumes may be provided. If additional resumes are provided beyond the number requested, the Government will review the maximum number requested in the order they are presented in the SF330, and the others will not be evaluated.

Do not generalize professional registrations or certifications; provide specific details. All disciplines, except those noted below, require an applicable professional license, registration, or certification. A foreign license, registration, or certification will not be evaluated as equivalent.

The education, training, professional registration, proposed job title, and relevant military design experience of key personnel will be considered. Experience is considered relevant if similar to the specialized experience described in Criterion A. An individual can only support one discipline; i.e., an individual cannot be submitted for multiple discipline roles.

This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity.

Responding firms should demonstrate the professional qualifications of their personnel in the following disciplines:

Key professional disciplines are identified below by function code (fc):
(1) Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a function code does not exist, the requirement is described by the Government.
(2) Identify key personnel proposed by fc in Sections E, G, and H of the SF330.
(3) List professional registrations or certifications, if applicable, for the key disciplines.

Submit resumes in Section E of the SF330 for each of the disciplines below, which are listed in descending order of importance:
(1) Project Managers (SF 330 fc 48; licensed or registered professional required. PMs employed by the Prime/JV may be evaluated more favorably in demonstrating ability to manage multiple task orders.
(2) Quality Control Managers (no fc; licensed or registered professional required; resume must identify QC role(s) in past projects, qualifications)
(3) Architects (fc 06; Registered Architect (RA) required)
(4) Civil Engineers (fc 12; professional engineer (PE) required)
(5) Structural Engineers (fc 57; PE required)
(6) Electrical Engineers (fc 21; PE required)
(7) Mechanical Engineers (fc 42; PE required)
(8) Fire Protection Engineers (fc 25; PE required)
(9) Communications Engineers (fc 13; PE or nationally recognized communication engineering certification [e.g., RCDD] required)
(10) Cost Engineers (fc 18; nationally recognized cost engineering certification [e.g., AACEI CCP or CEP] or PE required; experienced in use of MCACES MII software)
(11) Sustainable Designers (no fc; licensed or registered professional with LEED certification required).

Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".

The basis of the evaluation will be the information in Sections E, G, and H of the SF330.

Primary Criterion C - Knowledge of the Locality. The board will evaluate the Team's familiarity with local NWS conditions, specifically demonstrated knowledge and experience with the following:

(1) Master planning criteria for NWS military installations and historic building preservation;

(2) Design impacts of differing climate and geological conditions in WA, ID, and MT.

Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout NWS. The basis of the evaluation will be the information in Section H of the SF330.

Primary Criterion D - Capacity of key disciplines. The Board will consider available capacity of key disciplines identified in Criterion B for the Team to perform work in the required time. The basis of the evaluation will be the information in Section H and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".

The Offeror is required to provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV capacity, (2) team subconsultant(s) capacity, and (3) total Team capacity for each key discipline in Section H of the SF330. Capacity will be measured by number of personnel, not percentages or availability. Each key discipline required in the response shall be shown in and coordinated with Part II of the SF330, which requires that each individual employed by the firm be identified by one function code. Part II will be evaluated to determine if the function code capacity and claimed numbers of personnel support the information in Section H.

Primary Criterion E - Past Performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for each Prime/JV submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. The offeror may also include past performance information (Past Performance Questionnaires) for the 10 example projects described in Section F. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will also be considered. The Board may seek information on past performance from other sources. If there is any conflict in past performance records, CPARS is the official record.

The Board will first consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for unique projects of similar size, scope, and complexity to those anticipated for the NWS mission areas are considered more relevant. The Board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a single confidence rating.

Where no recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on the factor of past performance.

Secondary Criterion F - Extent of Small Business Participation. (Not used.)

Secondary Criterion G - Geographic Proximity. (Not used.)

Secondary Criterion H - Volume of DoD Contract Awards in the last 12 Months. Responding firms shall cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330.

OTHER-THAN-SMALL BUSINESS A-E SELECTION CRITERIA:

Selection of the other-than-small business A-E firms will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion, if applicable. Experience and qualifications of the Prime/Joint Venture (JV) A-E firm will be considered. Criterion A through E are primary and will be evaluated for all offerors. Criterion F, G (not used), and H are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. The secondary criterion will not be co-mingled with the primary criteria in the evaluation.

Primary Criterion A - Specialized experience and technical competence of the Prime/JV firm in a broad range of military and non-DoD projects, in descending order of importance:

1. Design experience with the following facility types, listed in descending order of importance:
a. Administrative, training, quarters or dormitories, and short-term lodging facilities
b. Hangars, maintenance facilities, and warehouses
c. Community centers, education centers, youth/child development centers, and physical fitness facilities.
d. Site infrastructure (streets and highways, access controls, parking) and utilities.

2. Engineering and design support under:
a. Military construction (MILCON),
b. Minor MILCON, and
c. Military facilities, sustainment, restoration and modernization (FSRM) programs.

3. Experience in all phases of design including:
a. Project planning (DD1391 validation, project definition report, charrette),
b. Specifications,
c. Drawings,
d. Design-build-build contracts,
e. Design-build requests for proposal (RFP) contracts.

Additional considerations:

4. Projects in which the Prime/JV and its subconsultants demonstrated prior project experience working together in significant prime/subconsultant roles may be evaluated more favorably for this criterion.

5. Completed projects by the Prime/JV on a military installation and those requiring anti-terrorism/force protection (AT/FP) criteria knowledge may be evaluated more favorably for this criterion. Completed projects for non-DoD agencies, with similar requirements to the range of military projects described above, may be submitted as experience, but will not be evaluated more favorably for this criterion.

6. Support during construction for military projects by Prime/JV, demonstrated in one or more of the following areas: specialty submittal review, engineering inspections, and third-party HVAC commissioning, may be evaluated more favorably for this criterion.

Prime/JV firms will be evaluated for experience and competence. The basis of the evaluation will be the information in Sections F, G, and H of the SF330.

A maximum of ten (10) projects awarded to and/or completed by the Prime/JV no more than 5 years prior to submission, including joint ventures and teaming partners, shall be shown in Section F.

For the ten projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state the work performed by the Prime/JV, extent of work completed, and dates of completion.

If the Offeror provides a specific task order as its "project," provide the base contract number(s) and the task order number(s) for reference purposes. If the Offeror provides a site-specific contract as its "project," provide the contract number. If the Offeror provides more than 10 example projects, only the first 10 examples will be evaluated in the order they are presented in the SF 330.

A completed project is defined as one in which the firm's performance of the work for which it was hired is complete.

Primary Criterion B - Professional qualifications of the Prime/JV staff and team consultants to be assigned to this contract.

Provide a maximum of two (2) resumes for each of the Key Personnel disciplines identified below with the exception of the Project Manager, for which a maximum of three (3) resumes may be provided. If additional resumes are provided beyond the number requested, the Government will review the maximum number requested in the order they are presented in the SF330, and the others will not be evaluated.

Do not generalize professional registrations or certifications; provide specific details. All disciplines, except those noted below, require an applicable professional license, registration, or certification. A foreign license, registration, or certification will not be evaluated as equivalent.

The education, training, professional registration, proposed job title, and relevant military design experience of key personnel will be considered. Experience is considered relevant if similar to the specialized experience described in Criterion A. An individual can only support one discipline; i.e., an individual cannot be submitted for multiple discipline roles.

This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity.

The number of Key Personnel employed by the Prime/JV may be evaluated more favorably for this criterion.

Responding firms should demonstrate the professional qualifications of their staff in key disciplines:

Key professional disciplines are identified below by function code (fc):
(4) Descriptions by fc correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions; where a function code does not exist, the requirement is described by the Government.
(5) Identify key personnel proposed by fc in Sections E, G, and H of the SF330.
(6) List professional registrations or certifications, if applicable, for the key disciplines.

Submit resumes in Section E of the SF330 for each of the disciplines below, which are listed in descending order of importance:
(1) Project Managers (SF 330 fc 48; licensed or registered professional required)
(2) Quality Control Managers (no fc; licensed or registered professional required; resume must identify QC role(s) in past projects, qualifications)
(3) Architects (fc 06; Registered Architect (RA) required)
(4) Civil Engineers (fc 12; professional engineer (PE) required)
(5) Structural Engineers (fc 57; PE required)
(6) Electrical Engineers (fc 21; PE required)
(7) Mechanical Engineers (fc 42; PE required)
(8) Fire Protection Engineers (fc 25; PE required)
(9) Communications Engineers (fc 13; PE or nationally recognized communication engineering certification [e.g., RCDD] required)
(10) Cost Engineers (fc 18; nationally recognized cost engineering certification [e.g., AACEI CCP or CEP] or PE required; experienced in use of MCACES MII software)
(11) Sustainable Designers (no fc; licensed or registered professional with LEED certification required).

Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".

The basis of the evaluation will be the information in Sections E, G, and H of the SF330.

Primary Criterion C - Knowledge of the Locality. The Board will evaluate the Prime/JV's familiarity with local NWS conditions, specifically demonstrated knowledge and experience with the following:

(1) Master planning criteria for NWS military installations and historic building preservation;

(2) Design impacts of differing climate and geological conditions in WA, ID, and MT.

Work under these contracts may be in a widely dispersed geographic area, therefore, responding Prime/JV's should demonstrate the extent of their capabilities to serve projects located throughout NWS. The basis of the evaluation will be the information in Section H of the SF330.

Primary Criterion D - Capacity of key disciplines. The Board will consider available capacity of key disciplines identified in Criterion B for the Prime/JV to perform work in the required time. The basis of the evaluation will be the information in Section H and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".

The Offeror is required to provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV capacity, (2) team subconsultant(s) capacity, and (3) total Team capacity for each key discipline in Section H of the SF330. Capacity will be measured by number of Prime/JV personnel, not percentages or availability. Each key discipline required in the response shall be shown in and coordinated with Part II of the SF330, which requires that each individual employed by the firm be identified by one function code. Part II will be evaluated to determine if the function code capacity and claimed numbers of personnel support the information in Section H.

Primary Criterion E - Past Performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for each Prime/JV submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. The offeror may also include past performance information (Past Performance Questionnaires) for the 10 example projects described in Section F. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will also be considered. The Board may seek information on past performance from other sources. If there is any conflict in past performance records, CPARS is the official record.

The Board will first consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for unique projects of similar size, scope, and complexity to those anticipated for the NWS mission areas are considered more relevant. The Board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a single confidence rating.

Where no recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on the factor of past performance.

Secondary Criterion F - Extent of Small Business Participation. The minimum total small business participation goal for this acquisition is 30.0% of the total contract value. In addition the following goals are suggested for the individual socioeconomic categories and determined to be reasonable based on market research for this requirement. The basis of the evaluation will be the information in Section H of the SF330. Proposal commitments that exceed minimum goals may be rated more favorably for this criterion: (1) exceeds 30% small business participation, (2) exceed minimum percentage by socioeconomic category (in order of preference).

SB Participation Socioeconomic Category (in descending order of importance)
5% Small Disadvantage Business (SDB)
5% Woman-Owned Small Business (WOSB)
3% Historically Underutilized Business Zone (HUBZone)
2% Veteran-Owned Small Business (VOSB)
3% Service-Disabled Veteran-Owned Small Business (SDVOSB)

Upon award, the subcontracting goals will be considered in the negotiation of this contract.

Secondary Criterion G - Geographic Proximity. (Not used.)

Secondary Criterion H - Volume of DoD Contract Awards in the last 12 Months. Responding firms shall cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330.

4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus three (3) copies [four (4) total hard copies] and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition) for the prime firm which includes all team consultants.

Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections Band C.

The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 11 pt. font.

Submittals must be mailed or delivered to the following address not later than 22 April 2019, 2:00 pm Pacific Standard Time (no faxed or other electronic submittals will be accepted).

EMAIL: Emailed Proposal will NOT be accepted.

FAX: Faxed Proposal will NOT be accepted.

FED-EX/UPS:
Debbie Knickerbocker, Contract Specialist
U.S. Army Corps of Engineers, Seattle District CECT-NWS
4735 East Marginal Way South, Building 1202
Seattle, WA 98134-2385
Note: Commercial Carriers will not deliver to PO Boxes.

MAIL:
Debbie Knickerbocker, Contract Specialist
U.S. Army Corps of Engineers, Seattle District CECT-NWS
PO Box 3755
Seattle, WA 98124-3755

HAND DELIVERY:
Debbie Knickerbocker, Contract Specialist
U.S. Army Corps of Engineers, Seattle District CECT-NWS
4735 East Marginal Way South, Building 1202
Seattle, WA 98134-2385

The method of Hand Delivery has changed and takes longer than the previous method of arriving at the Federal Center South (Building 1201) lobby to deliver your SF330. Please allow sufficient time to allow for heightened security at Government installations and to get to our new location in Oxbow Building 1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building 1201. From there, you will be directed to the new USACE Oxbow Building 1202, which sits behind the Federal Center South Building 1201. Allow additional time.

Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330.

Submit questions, in writing only, to Debbie A. Knickerbocker (Contract Specialist) at debbie.a.knickerbocker@usace.army.mil. Questions must be submitted no later than 2:00 pm Pacific Time on 22 April 2019 and must contain the solicitation number in the subject line of the e-mail.

Solicitation packages are not provided. This is not a request for proposal.

Contracting Office Address:
Attn: CENWS-CT
PO Box 3755
Seattle, Washington 98124-3755 United States

Primary Point of Contact:
Debbie A. Knickerbocker
Contract Specialist
debbie.a.knickerbocker@usace.army.mil
Phone: 206-764-6804

Secondary Point of Contact:
Michael M. Miyagi
Contract Specialist
michael.m.miyagi@usace.army.mil
Phone: 206-764-3266

Overview

Response Deadline
April 22, 2019, 6:00 p.m. EDT Past Due
Posted
March 22, 2019, 9:09 p.m. EDT (updated: April 17, 2019, 11:34 a.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Seattle District USACE (WA, OR, ID, and MT) USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
85%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
83% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/22/19 USACE Seattle District issued Presolicitation W912DW19R0020 for $85.0M Multiple Award Multi-Discipline Architect-Engineer (A-E) Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts, Seattle District, U.S. Army Corps of Engineers due 4/22/19. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C.
Primary Contact
Title
Contract Specialist
Name
Debbie Knickerbocker   Profile
Phone
(206) 764-6804

Secondary Contact

Title
Contracting Officer
Name
Michael Miyagi   Profile
Phone
(206) 764-3266

Documents

Posted documents for Presolicitation W912DW19R0020

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912DW19R0020

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DW19R0020

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DW19R0020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
May 7, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 7, 2019