Search Contract Opportunities

General Design - Civil Works Projects   4

ID: W912HN19R2000 • Type: Synopsis Solicitation • Match:  85%
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

Posted: Aug. 16, 2019, 4:12 p.m. EDT

This amendment is to extend the submission date to August 27, 2019. The AMRDEC file exchange being used for submission, is transitioning to DOD Secure Access File Exchange (SAFE). The extension will allow time for the government to ensure the submission portal is ready for use.
This amendment is to revise the submission requirements. This amendment only addresses the information noted below.

**** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit their SF330 on a CD. The information on the CD must be downloadable by USACE. Two (2) copies are required.
All submissions must be addressed:
DEPARTMENT OF THE ARMY
SAVANNAH DISTRICT, CORPS OF ENGINEERS
CESAS-EN-E, Mr. Steven Bath
100 W. OGLETHORPE AVENUE
SAVANNAH, GEORGIA 31401-3640
NO HAND CARRIED SUBMISSION WILL BE ACCEPTED

Posted: Aug. 13, 2019, 7:24 p.m. EDT
Posted: July 25, 2019, 4:24 p.m. EDT
Posted: July 25, 2019, 2:25 p.m. EDT
Posted: July 25, 2019, 1:31 p.m. EDT
Posted: July 18, 2019, 10:26 a.m. EDT
Indefinite Delivery Contract Primarily for Civil Works Projects
Technical Point of Contract: Megan Williams at 912-652-5556 or email: megan.j.williams@usace.army.mil; Questions concerning subcontracting plan: Leila Hollis at 912-652-5340 or email: leila.hollis@usace.army.mil; and Contractual Questions to: Sabrina Bastine at 912-652-5943 or email: Sabrina.Bastine@usace.army.mil; Questions concerning SF330 Megan Williams at 912-652-5556 or email: megan.j.williams@usace.army.mil.

1. CONTRACT INFORMATION: a) The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a maximum of two multidiscipline Indefinite Delivery Contract (IDC) for civil works projects. This contract is being procured in accordance with the Selection of Architects and Engineers, as implemented in FAR Subpart 36.6. All A-E firms, including subcontractors, are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 - Construction Contracts with Architect-Engineer Firms. Any A-E that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. Firms will be selected for negotiations based on demonstrated competence for the required work. The contracts awarded as a result of this announcement will be administered by Savannah District for use on projects under its jurisdiction and if requested other Corps of Engineers Districts within the South Atlantic Division. The contracts may also be used by other Corps of Engineer Districts within CONUS and Hawaii if requested. The two contract awards will be for one basic ordering period (three years) and one option period (two years) with a total contract limit of five years or $15,000,000 each contract for a total of $30,000,000. Work will be issued by negotiated firm-fixed price task orders. Task Orders will be primarily for civil works projects. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: Each contractor will be afforded a fair opportunity to be considered for each task order. Task Orders between the contracts will be allocated based on performance and quality of deliverables, uniquely specialized experience, current capacity to accomplish the order in the required time, and equitable distribution of work among the contractors. The North American Industry Classification System (NAICS) 541330 size standard $15 million. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business recommendations on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7004 as part of the Request for Proposal package. The following subcontracting percentages represents the Savannah District small business recommendations. Of the subcontracted work, the following percentages are recommended: 50% of the work would go to small business; 17% to small disadvantaged business (a composite of small business); 18% to women-owned business (a composite of small business); 10% to HUBZone small business (a composite of small business); 4% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business); and 8.5% to Veteran-owned small business (a composite of small business). The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220.

2. PROJECT INFORMATION: The primary purpose and majority of work will focus in the area of the U.S. Army Corps of Engineers Civil Works mission. More specifically, Hydrology and Hydraulic studies, along with water quality and environmental modeling, monitoring, and other environmental services will account for a significant portion of the work. Other tasks my include geotechnical and coastal engineering, all phases of engineering and design from preliminary reconnaissance phase studies through feasibility report developing, plans and specifications, construction support and long term monitoring, support of water control management, flood control, dam safety, environmental restoration, navigation projects, disposal area design and management, and bank protection. Additional design work could be modeling of tidally influenced estuaries, rainfall-runoff, and reservoir systems, collection of gage data, storm surge height and frequency studies, and sediment transport analyses.
All design must comply with the Savannah District Design Manual. All designs will be developed using Building Information Modeling (BIM) where required. CADD drawing files delivered in MicroStation DGN or Autodesk DWG format as determined per task order. All drawing files will be developed using the AEC Standard, as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Specifications will be produced in SpecsIntact using the Unified Facilities Guide Specifications (UFGS). Responses to Government review comments will be provided on the Corps of Engineers Design Review and Checking System (DrChecks).

3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Submissions will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence) and Factor 2 (Key Personnel) are weighted equally and each factor individually is significantly more important than Factor 3 (Past Performance) which is more important than Factor 4 (Knowledge of Locality), which is more important than Factor 5 (Work Management). Factor 6 (Small Business Participation) and Factor 7 (Volume of DoD Contract Awards) are weighted equally and will only be used as *tiebreakers* among firms that are essentially technically equal Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects.

**** FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Development and calibration of hydrodynamic and water quality models in an estuarine environment; b. Hydrologic & Hydraulic Modeling in a riverine environment; c. Design of new or rehabilitation of existing Civil Works facilities; d. Cost engineering using MCACES; e. Sustainable design utilizing LEED rating tools; f. Application of Anti-Terrorist/Force Protection criteria; g. Preparation of the development of the technical information for design-build Request for Proposals; h. Construction phase services including shop drawing review and preparation of O&M manuals; i. Building Information Modeling (BIM) using Bentley BIM software and REVIT using Autodesk software. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects.

**** FACTOR 2 - KEY PERSONNEL. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis (17 total resumes) and in the following key disciplines (in descending order of importance within this category based on the primary focus of the contract), that are required to be licensed, registered, and/or certified: hydraulic engineer (2), civil engineer (2), geotechnical engineer (1), structural engineer (1), architect (1), mechanical engineer (1), electrical engineer (1), and land surveyor (1). Resumes shall be provided for other key personnel as follows, and registration/certification is encouraged: project manager (2), cost estimator (1), and landscape architect (1). Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm.

**** FACTOR 3 - PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with design schedules and project cost estimating control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on Contractor Performance Assessment Reporting System (CPARS) ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous eight years.

**** FACTOR 4 - KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of Civil Works and military projects in the geographic area where the majority of the work is anticipated to be accomplished. The Savannah District area of responsibility (AOR) for Civil Works includes the Savannah, Ogeechee, Altamaha, Satilla, and St. Mary's River basins.
**** FACTOR 5 - WORK MANAGEMENT. A proposed management plan shall be presented in Section H of SF 330. The plan will be judged on experience producing quality designs based on an evaluation of the firm's design quality management plan. The design quality management plan should include an organization chart in Section D of SF 330 and briefly address the management approach, team organization, quality control procedures, project cost estimating and design schedule control, and the coordination of in-house disciplines and consultants. The SF 330 shall clearly indicate the primary office where the work will be performed and its staffing. Any work not done out of the primary office shall be identified. Address the firm's capacity and necessary experience to perform five simultaneous $500,000 task orders in a 180-day period.
**** FACTOR 6 - SMALL BUSINESS PARTICIPATION. All offerors (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institutions (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses.

**** FACTOR 7 - VOLUME OF WORK. Volume of DOD contract awards in the last 12 months.

**** TELEPHONIC INTERVIEW. Those firms achieving the selection list will be given a telephonic interview, the results of which will be factored into the firms overall rating. The following questions will be provided for the short listed firms to provide a written and telephonic response:

** Discuss three important lessons learned from your example projects on your SF 330 Part I that would be applicable to this contract.
** Discuss your quality control procedures that ensure the proper coordination of disciplines and the development of the best design solution the first time.
** Describe your firm's approach for involving the facility users, USACE, etc. in the design process.

**** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must provide the entire submission of the SF 330, not to exceed 5 Megabytes, as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm from which each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered.
**Submissions must be received in this office by August 19, 2019, 4:00 PM EST. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Any questions concerning submissions should be directed to Sabrina Bastine at (912) 652-5943.
ELECTRONIC SUBMISSION IS REQUIRED THROUGH THE WEBSITE
LISTED BELOW. ELECTRONIC SUBMISSION SENT VIA EMAIL OR FACSIMILE WILL NOT BE ACCEPTED. HAND CARRIED SUBMISSION IS NOT AUTHORIZED.
DIRECTIONS FOR SUBMITTING SF 330
In an effort to reduce paperwork and reduce cost, all SF 330s shall be submitted electronically. All submissions shall be in Adobe PDF format.
Title the file(s) in the following format:
W912HN19R2000_COMPANY NAME
Submit SF 330s electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE/Welcome.aspx. At the AMRDEC SAFE website select the link: I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User, to register, access the site and submit your SF330s. [Note: It has been reported that documents are more quickly uploaded into the AMRDEC SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that Offerors will have more success utilizing any particular browser.]
When your SF 330 is submitted via the AMRDEC SAFE website, the website will provide notification of the submittal to the Government recipients. When completing the information for transmittal at the AMRDEC SAFE website, you will be required to enter e-mail addresses for the recipients. For this requirement the recipients are listed below. These e-mail addresses are the ones you will enter as recipients.
Steven Bath - Steven.M.Bath@usace.army.mil and
Megan Williams - Megan.J.Williams@usace.army.mil
In addition, after uploading your documents, you will be required to verify your email address before AMRDEC will send notification to the Government recipients. This is a very important step - even if you successfully upload your documents to AMRDEC SAFE, notification will not be sent to the Government until you verify your email address, which may result in the rejection of your documents for lateness. Follow the instructions on the AMRDEC website and the confirmation emails you receive from AMRDEC.
The date and time of delivery will be established by the time of receipt of the e-mail notification to the government recipients by the AMRDEC SAFE website, not by the date and time of uploading of the documents into the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous - in fact, it can take several minutes or even hours in some cases. Please make allowances for delays in transmittal. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients' e-mail inboxes until after the deadline, the submission will be considered late.

PERSONAL VISITS FOR DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED.

Overview

Response Deadline
Aug. 27, 2019, 5:00 p.m. EDT (original: Aug. 19, 2019, 5:00 p.m. EDT) Past Due
Posted
July 18, 2019, 10:26 a.m. EDT (updated: Aug. 16, 2019, 4:12 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 7/18/19 USACE Savannah District issued Synopsis Solicitation W912HN19R2000 for General Design - Civil Works Projects due 8/27/19. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Title
Contracting Officer/Grants Officer
Name
Sabrina Bastine   Profile
Phone
(912) 652-5943

Secondary Contact

Title
Contract Specialist
Name
Aleesha D. Butler   Profile
Phone
(912) 652-5293

Documents

Posted documents for Synopsis Solicitation W912HN19R2000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912HN19R2000

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912HN19R2000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912HN19R2000

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912HN19R2000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
Sept. 11, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 11, 2019