Search Contract Opportunities

NEW GENERAL A&E IDIQ CONTRACT   5

ID: 140R1018R0035 • Type: Presolicitation • Match:  90%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Pacific Northwest Regional Office (PN Region) of the U.S. Bureau of Reclamation intends to award two Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to provide General Architectural and Engineering (AE) services for the Pacific Northwest Region. The term for each contract is five years. The total value of each contract shall not exceed $25,000,000.00. The minimum guarantee is $20,000.00 in the first year only. The contract ceiling price is $25,000,000.00. The scope of these contracts is to provide general engineering services to support a variety of Reclamation programs. These contracts will primarily require intensive civil, electrical, hydraulic, and mechanical engineering expertise. Additionally, expertise in architecture, environmental, natural, physical and social sciences, planning, economics, and cost estimating will be required. Based upon the projected work, the focus for these contracts will be to provide support for several large, complex, multi-year projects. These projects will require firms with extensive backgrounds in hydropower, civil, mechanical and electrical engineering with staffing levels capable of concurrently working on multiple large task orders. At a minimum, the resultant IDIQ contracts will provide planning assistance for Arc Flash mitigation, switchyard breaker replacements, generator unit overhauls, crane modernization, elevator rehabilitation, generator governor replacement, static exciter replacement, and iso-phase bus replacement. Project locations will primarily be at Grand Coulee Dam and Hungry Horse Dam, but these contracts may provide support Reclamation-wide if needed. This acquisition is full and open to all responsible, responsive, and qualified AE firms. The North American Industry Classification (NAICS) Code is 541330 Engineering Services. The small business size standard applicable to this project is $15 million in gross annual receipts averaged over the previous three one-year accounting periods. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Selection criteria for all contracts: (a) Award will be made to the responsible offeror submitting a proposal which conforms to the solicitation and is most advantageous to the Government considering the factors and any significant sub-factors listed in this request for qualifications. Directions set forth in FAR Subpart 36.6 will be followed. (b) Interested firms must submit their SF 330 documents to be considered for this contract. Firms submitting their SF330 will be evaluated on their experience, capabilities and qualifications to perform the required services. The evaluation criteria are listed below in descending order of importance. (1) Professional Qualifications: The evaluation will consider education, registration, overall relevant geotechnical engineering design experience with relevant projects, and longevity with the firm. (SF-330, Part I, Sections E & G) Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF-330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Firms must include at a minimum the following key personnel: Project Manager, General Biologist, Fish Biologist, Ecologist, Civil Engineer, Mechanical, Engineer, Structural Engineer, Electrical Engineer, Hydropower Engineer, Geotechnical Engineer, Hydrologist/Hydraulic Engineer, Surveyor, Economist, Archaeologist, Environmental Compliance Specialist, and Public Involvement Specialist. Firm's Engineers and Surveyor must be licensed in the States of Idaho, Oregon, Washington, Montana, and Wyoming. Resumes are limited to one page each and must indicate: professional registration (including registration/certification number), certification, licensure and/or accreditation in appropriate disciplines; recent experience on project-specific work relevant to the services required under this contract; and proposed role in this contract. Indicate participation of key personnel in example projects in the SF-330, Part 1, Section G. Firms must submit proof that they are permitted by law to practice the professions of architecture or engineering as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration. (2) Specialized Experience: The evaluation will consider specialized experience in performing: i. Architectural and Engineering Analysis and Design ii. Hydraulic Analysis and Design iii. Structural Analysis and Design iv. Hydropower Analysis and Design v. Electrical, Mechanical, and Hydraulic Equipment and Electric Power Production Equipment vi. Water Treatment Engineering vii. Construction Management viii. Engineering Geology and Geotechnical Engineering ix. Preparation of feasibility-level designs and cost estimates x. Water resource demand analysis and water conservation planning xi. Preparation of water resource feasibility studies xii. Cost Estimates and Economic analyses xiii. Preparation of environmental compliance activities (e.g. National Environmental Policy Act, Endangered Species Act, National Historic Preservation Act) xiv. Fire Protection Engineer (3) Capacity to Accomplish the Work in the Required Time: Capacity to perform approximately $5,000,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. (4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the AE will be considered. Provide contact information phone number and email address) of personnel who have personal knowledge of your firm's past performance. (5) Knowledge of the Locality: The evaluation will consider the firm's knowledge and expertise in performing engineering services at hydropower plants. (6) Geographic Location of the firm: The most advantageous location would be nearest to the Pacific Northwest Regional Office, Boise, ID. Geographic Location of the firm will only be used as a tie-breaker among technically equal firms. (c) Firms desiring consideration shall submit an original SF-330, Architect-Engineer Qualifications package, Parts I and II, along with one electronic copy on CD (using Microsoft Word (doc) or Adobe Acrobat (pdf). Firms shall also submit one (1) original and four (4) copies of the completed SF-330. SF- 330 Parts I & II and supporting documentation shall not exceed a combined total of one hundred (100) 8.5"x11" single-sided pages with font not to be smaller than 11 pt. (d) After discussions are held with at least three of the most highly qualified firms in accordance with FAR Subparts 36.602-1(c) and 36.602-39(c), the evaluation board shall forward a list of selected firms to the Contracting Officer, in accordance with FAR Subpart 36.602-4(b). The Contracting Officer may then initiate negotiations, and a request for proposal shall be forwarded, first to the most preferred firm on the list. Price proposal instructions included in this solicitation shall only apply to those firms with whom negotiations are initiated. Price proposal information shall be submitted only when specifically requested by the Contracting Officer. The last day to submit any questions will be 3:00 pm local time on January 24, 2019. Questions will only be accepted and answered via email, smcooper@usbr.gov. The five (5) hard copies and one (1) CD, that includes PDF copies of all the required documents, must be received 3:00 pm local time on February 12, 2019. Address packages to: Bureau of Reclamation, Pacific Northwest Regional Office Attn: Scott Cooper/Contract Specialist 1150 N. Curtis Rd. Boise, ID 83706 Electronic submissions will not be accepted.

Overview

Response Deadline
None
Posted
Jan. 11, 2019, 4:06 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
90%
Vehicle Type
Indefinite Delivery Contract
On 1/11/19 Bureau of Reclamation issued Presolicitation 140R1018R0035 for NEW GENERAL A&E IDIQ CONTRACT. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Name
Cooper, Scott
Email
Phone
None

Documents

Posted documents for Presolicitation 140R1018R0035

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation 140R1018R0035

Award Notifications

Agency published notification of awards for Presolicitation 140R1018R0035

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 140R1018R0035

Protests

GAO protests filed for Presolicitation 140R1018R0035

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 140R1018R0035

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 140R1018R0035

Experts for NEW GENERAL A&E IDIQ CONTRACT

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF RECLAMATION > DENVER FED CENTER
FPDS Organization Code
1425-00081
Source Organization Code
100166344
Last Updated
Jan. 11, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 11, 2019