Search Contract Opportunities

INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL WORKS AND OTHER ARCHITECT AND ENGINEERING (A-E) SERVICES WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT, PUERTO RICO AND THE U.S. VIRGIN ISLANDS   2

ID: W912EP-18-R-0039 • Type: Synopsis Solicitation
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: June 7, 2018, 6:06 p.m. EDT
PLEASE NOTE: An Amendment was posted in error on 6 June 2018. Please disregard as there were no changes/additions/deletions made in that amendment.
Posted: May 24, 2018, 3:33 p.m. EDT
Posted: May 22, 2018, 9:10 a.m. EDT
Posted: May 14, 2018, 1:09 p.m. EDT
Posted: May 14, 2018, 10:38 a.m. EDT

CONTRACT INFORMATION: This procurement will be conducted in accordance with the
A-E Brooks Act. It is open to all A-E firms regardless of size. The Government intends to award up to six (6) contracts including four (4) or more Unrestricted awards and two (2) awards to small businesses. One (1) of these awards will be set aside for a Woman -Owned (WOSB) Small Business firm and one (1) will be set aside for a Small Business (SB) firm. The total capacity of the six (6) contracts is $49,000,000; $40,000,000 Unrestricted Shared Capacity, $4,500,000 SB Shared Capacity, and $4,500,000 WOSB Shared Capacity. The six (6) contracts will be Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years for all contracts. In the event are no WOSB A-E firms among the most highly qualified A-E firms, the WOSB award capacity will be shared among the most highly qualified SB firm(s). Likewise, in the event there are no SB A-E firms among the most highly qualified A-E firms, the SB award capacity will be shared among the Unrestricted A-E firms.

All firms responding to this announcement MUST identify to which category they are submitting. All firms must state the words, "Woman-Owned Small Business", "Small Business", or "Other than Small Business" after the solicitation number in PART I, Block 3 of form Standard Form 330. A separate Standard Form 330 MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the Contractors, and other relevant factors.

The primary purpose of this proposed contract is to provide services for projects located within the geographic Florida boundaries of the Jacksonville District, Puerto Rico, and the U.S. Virgin Islands. The Jacksonville District's area of responsibility includes Florida, the Commonwealth of Puerto Rico and the U.S. Virgin Islands. Secondarily, the contract may be used to provide services outside of the geographic boundaries of the Jacksonville District. The contractor will have the right to refuse orders for services to be performed outside the geographic Florida boundaries of the Jacksonville District, Puerto Rico, and the U.S. Virgin Islands.

NOTE: WOSB Firms and SB Firms selected for award must comply with the performance of work requirements as stated in FAR 52.219-30, Notice of Set-aside for Woman-Owned Small Business Concerns, or FAR 52.219-27, Notice of Set-Aside for Small Business Concerns and/or FAR 52.219-14, Limitations on Subcontracting. Additionally,
WOSB firms selected for award must, at the time of submission of a price proposal, have certified in System for Award Management (SAM) that it is a WOSB concern eligible under the WOSB program and have provided all the required documents to the WOSB Program Repository. Large Businesses that are selected for award must comply with FAR 52.219 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract are required to submit a detailed subcontracting plan during contract negotiations. Firms must adhere to local legal requirements for conducting business in the State of Florida, Puerto Rico, and USVI.

1. PROJECT INFORMATION: The work will include engineering and design services for predominantly civil works projects with limited support for military projects and projects owned by other agencies, such as preparation of design reports, engineering studies, cost estimates and construction schedules, calculations/analyses, and construction plans/specifications suitable for use in competitive bidding processes. The work will encompass all types of civil works projects including environmental restoration, flood control, erosion control, jetties, navigation (including dredging), bridges, site planning, structural design ( including pump stations, bridges, and water control structures), paving, grading, canals, levees and dams, drainage plans, utility systems design and relocation, and value engineering. The support for military projects will include various types of construction including demolition, renovation and repairs related to multiple facility types such as military, commercial, industrial, and logistical. The work will encompass all facets of design including architectural, structural, roofing, carpentry, masonry, mechanical, heating, ventilation and air conditioning (HVAC), plumbing, electrical and electronic, fire protection or life safety systems, typical interior and exterior finishes, as well as associated site work, utilities, landscaping, security, and force protection.

Services will include cost estimates for planning, design, and construction phases, cost risk analyses, quantity takeoffs, and the development of construction schedules. Preparation of construction cost estimates will require necessary software and hardware platforms to run MCACES Second Generation (MII). The U.S. Army Corps of Engineers will provide the MCACES (MII) software after contract award. The Contractor will be responsible for the purchase of the associated Cost Book. Work on some projects may require performing topographic surveys by a licensed surveyor as well as geotechnical exploration and analysis. This work will require compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All CADD products produced under this contract will be required to be submitted in MicroStation format and be fully complaint with the AEC CADD standard.
.
2. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria in paragraphs A through E are primary. Criteria F through G are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal.

A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes. Images of equipment and work products must be clearly annotated with source of picture, a specific description of what is being presented, and who produced the items depicted in the image. Project summaries should document breadth and depth of expertise and technical competence for the following evaluation criteria. Limit project submissions to 10 projects for the entire A-E team in SF 330 Section F. Additional projects may be included in SF 330 Section H. All projects shall be clearly annotated with applicable A-E firms from the proposed team that performed the work. All pages shall be numbered sequentially either for the entire package or within each Section.

(1) Engineering and Design-Clearly demonstrate specialized experience in engineering and design services such as: a) preparation of design reports, b) engineering studies, c)cost estimates and construction schedules, d) calculations/analyses, and e) construction plans/specifications suitable for use in competitive bidding processes.

(2) Civil Works Design-Clearly demonstrate specialized experience with civil works type projects including: a) environmental restoration, b) flood control, c)erosion control, d) jetties, e) navigation (including dredging), f) bridges, g) site planning, h) structural design ( including pump stations, bridges, and water control structures), i) paving, j) grading, k) canals, l) levees and dams, m) drainage plans, n) utility systems design and relocation, and o) value engineering.

(3) Military Design - Cleary demonstrate specialized experience in military projects to include various types of construction including demolition, renovation and repairs related to multiple facility types such as military, commercial, industrial, and logistical. The work will encompass all facets of design including: a)architectural, b) structural, c) roofing, d) carpentry, e) masonry, f) mechanical, g) heating, ventilation and air conditioning (HVAC), h) plumbing, i) electrical and electronic, j) fire protection or life safety systems, k) typical interior and exterior finishes, as well as l) associated site work, utilities, landscaping, security, and force protection.

B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education and training, intended contract role(s) as defined herein to be filled by person, as well as experience both past and recent (within the last five years). Note one individual possessing the required expertise of more than one contract role is acceptable but the resume must clearly demonstrate meeting the required length of experience of each contract role via documented project assignments/experience.

(1) U.S. Registered Professionals: Key personnel must have a professional license in Engineering or Architecture. At least one key personnel must have a professional license for Engineering in the State of Florida. Staff within the Prime Firm must include, but not limited to, the following disciplines: a) Architect; b) Civil; c) Mechanical; d)Structural; e) Geotechnical; f) Hydraulic and Hydrologic; and g) Electrical.
(2) Project Management: Project managers must have at least five (5) years of relevant experience and possess a professional license in Engineering or Architecture.

C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events as evidenced by the submitted team members and the subcontracting partnerships (if applicable). The prime firm must demonstrate the ability to accomplish 51% of the work with in-house resources.

D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Firms must demonstrate past performance in accomplishment of similar work:

(1) Current Relevant Contracts and Subcontracts - firms must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references (relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span);

(2) Past DOD Performance - past DOD performance data available to the Government will be evaluated (lack of available data will not be evaluated negatively); and

(3) Supporting Information - firms may include supporting information such as letters of commendation and information on problems encountered in prior contracts with discussion of actions taken to remedy unsatisfactory performance (lack of supporting information will not be evaluated negatively).

E. KNOWLEDGE OF LOCALITY: Firms shall be familiar with surveying and mapping requirements applicable to the Jacksonville District's Area of Responsibility; i.e. primarily Florida and secondarily Puerto Rico and the U.S Virgin Islands.

THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY:

F. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms.

G. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida will be given preference, provided there is an adequate number of qualified firms for consideration.

SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit three (3) copies of the SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), three (3) separate copies of SF 330, Part II, for the firm or joint venture and each subcontractor and one (1) cd containing an electronic version of all the proposal documents. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on Submittals received after this date and time will not be considered.

NOTE: If submitting a proposal as a Joint Venture, submission of the Joint Venture Agreement is required.

Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The NAICS code is 541370. The size standard is $15,000,000. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175. If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a driver's license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offers should call the contract specialist whose name appears in the procurement and asks the specialist to send someone to the security desk to take possession of the offer. This is not a request for priced proposal. You must be registered in the System for Award Management (SAM) website at https://www.sam.gov/ in order to be eligible to receive an award from this solicitation. Call 866-606-8220 for more information or visit the SAMs website at http://www.sam.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquiries and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered.

A pre-proposal teleconference will be held on 22 May 2018 beginning at 09:30 Eastern Time. To participate in the teleconference call 877-402-9753 (toll free), access code: 4696045, Password: 1234. Due to limited ports, the teleconference is being held only for those firms interested in this specific work. The pre-proposal slideshow, attendance roster, and Q&A will be posted as an attachment to the combined synopsis/solicitation, after the teleconference has concluded.

Overview

Response Deadline
June 20, 2018, 5:00 p.m. EDT (original: June 13, 2018, 5:00 p.m. EDT) Past Due
Posted
May 14, 2018, 10:38 a.m. EDT (updated: June 7, 2018, 6:06 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
USACE District, Jacksonville, 701 San Marco Blvd. JACKSONVILLE, FL 32207 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
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 5/14/18 USACE Jacksonville District issued Synopsis Solicitation W912EP-18-R-0039 for INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL WORKS AND OTHER ARCHITECT AND ENGINEERING (A-E) SERVICES WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT, PUERTO RICO AND THE U.S. VIRGIN ISLANDS due 6/20/18. 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
Contracting Officer
Name
Susan J. Forchette   Profile
Phone
(904) 232-2158

Documents

Posted documents for Synopsis Solicitation W912EP-18-R-0039

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912EP-18-R-0039

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912EP-18-R-0039

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912EP-18-R-0039

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912EP-18-R-0039

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT JACKSONVI
FPDS Organization Code
2100-W912EP
Source Organization Code
100221797
Last Updated
Dec. 14, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 14, 2018