Louisiana Bids > Bid Detail

Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Environmental Infrastructure Design and other related services within the boundaries of the Mississippi Valley Division (MVD)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159932159889530
Posted Date: Mar 14, 2024
Due Date: Apr 16, 2024
Source: https://sam.gov/opp/33aa0a14b7...
Follow
Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contract for Environmental Infrastructure Design and other related services within the boundaries of the Mississippi Valley Division (MVD)
Active
Contract Opportunity
Notice ID
W912P824R0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST N ORLEANS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 14, 2024 10:39 am CDT
  • Original Published Date: Feb 16, 2024 10:46 am CST
  • Updated Response Date: Apr 16, 2024 11:00 am CDT
  • Original Response Date: Mar 18, 2024 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 01, 2024
  • Original Inactive Date: Apr 02, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C212 - ARCHITECT AND ENGINEERING- GENERAL: ENGINEERING DRAFTING, NOT CAD/CAM
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    New Orleans , LA 70118
    USA
Description View Changes

Synopsis amended:



SF330 Due Date of 18 March 2024 at 11:00 a.m. has been changed to 16 April 2024 at 11:00 a.m. CST.



Questions Cut-off Date will be 5 April 2024 11:00 a.m. CST.





1. CONTRACT INFORMATION: No additional information shall be provided, and no solicitation will be issued. The resulting contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The Firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested firms shall respond by submitting a SF330, listing their qualifications in accordance with the instructions below. This is not the Request for Proposal. North American Industrial Classification System Code is 541330, which has a size standard of $25,500,000 in average annual receipts. This Single Award Task Order Contract IDIQ announcement is 100% Small Business set aside (Restricted). The resulting contract will be Firm Fixed-Price IDIQ type contract. The contract will be awarded with a performance of 5 years, with four negotiated rate escalations at each year after the initial first year. This contract will not exceed $5,000,000 or five-year duration, whichever comes first. The minimum guarantee throughout the five-year contract is $5,000. Work will be issued by negotiated firm fixed price for Environmental Infrastructure Design and other related services task orders. Responding firms must address each A-E Selection Criteria. If subcontracted, clearly indicate what part of the scope they will be performing. To be eligible for the contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The primary purpose of the proposed contract is to provide A-E Environmental Infrastructure Design and other related Services within the boundaries of Mississippi Valley Division. SF 330 Due Date is 18 March 2024 at 11 a.m. CST. Questions cut-off date will be 4 March 2024 at 11 a.m. CST.



2. PROJECT INFORMATION: A-E and related services are to be accomplished through Task Orders, which shall consist of the following tasks:



a. The work may involve investigations, comparisons, data evaluations, analysis, design, water quality analysis, technical writing, civil design, hydraulic design, structural design, geotechnical design, mechanical design, electrical design, architectural design, calculations, cost estimates, building and civil information modeling (BIM/CIM); and CAD drafting for Design Documentation Reports, geotechnical reports, feasibility studies, plans and specifications, architectural design, Operation, Maintenance, Repair, Replacement, and Rehabilitation manuals, periodic inspection reports, value engineering, or other engineering documents; and Engineering Design support during Advertisement (EDA) and Engineering Design support During Construction (EDC). EDA responsibilities include preparing amendments to the advertised plans and specifications and updating the BIM/CIM as warranted by comments received from prospective bidders. EDC responsibilities include attending the pre-construction conferences, responding to the contractors’ requests for information and clarifications; reviewing submittals from the construction contractor; and, performing monthly or bi-weekly site visits, or site visits at critical times as determined by the design engineer, with the objective of witnessing construction practices, observing conditions, and documenting from the designer's perspective the implementation of the designer's product. The A-E shall be responsible for all engineering, BIM/CIM revisions, plans and specification revisions required during construction of the projects which are necessitated by different site conditions, inadvertent errors and omissions in original contract documents or a project feature design change. The A-E shall also be responsible for coordination of all design changes with the Government and the local sponsor. All information shall be submitted to the Government in an expeditious manner to avoid delays to the construction contractor. Surveying and the use of aerial mapping are required to support this work.



b. The work may involve the following types of projects, which may be at any stage and may involve new or existing structures: environmental infrastructure features such as for water related environmental and resource protection and development projects including but not limited to wastewater treatment and related facilities and water supply, storage, treatment, and distribution facilities; highway work such as roads, bridges, ramps, culverts; buildings and other multi-purpose projects; stating all loads, technical computations, criteria, factors, assumptions and codes on which the design is to be based. Where applicable, the design shall include the planned utilization, relocation or removal of existing facilities, and detailed design of the project complete with all component parts and appurtenances. The final designs shall be based upon the project criteria.



c. The work may involve the following types of related work: pile group analysis, drainage analysis, development of plans and specifications, review plans, development of real estate rights-of way drawings; architectural treatments, landscaping, pile capacity curves, bearing capacity analysis, temporary retaining structure design, soil pressures, seepage and dewatering analysis, piping analyses, uplift analyses, heave analyses, filter design, relief well design, pile load test monitoring, noise and vibration monitoring, operation and interpretation of data obtained from A-E provided pile driver analyzer or static pile load testing; surveys and the use of aerial photographic coverage to locate features and develop 3D survey information models, topographic maps, contour maps, profiles and sections, both land based and hydrographic surveys; surge modeling; flow rate measurement; hydraulic calculation and potential expansion plan analysis; sludge conditioning, dewatering & disposal; water treatment plant design and purification processes; water distribution system design; smart meter installation and fee collection system design; sewage collection, conveyance system, and treatment plant design; temporary sewage storage infrastructure design; and sewage treatment processes.



3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) thru (d) are primary. Criteria (e) and (f) are secondary and will be used only as tie-breakers among technically equal firms.



PRIMARY CRITERIA:



a. Specialized Experience and Technical Competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates in the type of services specifically indicated in paragraph 2 above.



b. Professional Qualifications of the key design personnel, including professional registration in engineering, architecture, and surveying, available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering, Corrosion Engineering, Environmental Engineering and Cost Engineering; Hydrologists, Geologists, Architecture, Landscape Architecture, Surveying, Geospatial Information Systems (GIS) (Mapping and Analysis), Drafting via Computer Aided Design (CAD MicroStation), 3-D Modeling CAD consisting of BIM and CIM and Project Management. Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, professional registration, overall relevant experience, and longevity in the discipline and the firm.



c. Capacity to Accomplish the Work (personnel and equipment) in the required time using all of the latest versions of commercial and software packages utilized by the U.S. Army Corps of Engineers (USACE); produce geo-referenced CAD drawings in the MicroStation format according to USACE CAD Standards; produce GIS products according to USACE GIS Standards; produce specifications; produce cost estimates in Micro-Computer Aided Cost Estimating System MII; perform soil borings and soil testing and analysis in accordance with the New Orleans District geotechnical criteria; perform land based and hydrographic surveys in accordance with New Orleans District Survey Standards; and provide the following minimum personnel: one structural engineer, one civil engineer, one geotechnical engineer, one hydraulic engineer, one cost engineer, one electrical engineer, one mechanical engineer, one corrosion engineer, one environmental engineer, one architect, one registered land surveyor (to include State of Louisiana licensing) and one MicroStation CAD technician, one building information modeler, one civil information modeler, one hydrologist, one geologist, one GIS Analyst, one 3-person topographic survey party, one 2-person hydrographic survey party, and one 2-person Global Positioning System (GPS) party capable of performing various types of GPS Surveys. The prime must be capable of performing more than 50% of the contract work.



d. Past Performance of the A-E, joint venture partners, and key subcontractors on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from Contractor Performance Assessment Reporting System (CPARS).



SECONDARY CRITERIA:



e. SB and SDB Participation the extent of participation of small businesses including small, disadvantaged businesses, woman-owned small businesses, HUBZone small business, service-disabled veteran-owned small businesses, and veteran owned small business will be measured as a percentage of the estimated effort.



f. Knowledge of Locality within the limits of the New Orleans District and the Mississippi Valley Division and demonstrate prior field data collection experience within Louisiana.



4. SUBMISSION REQUIREMENTS:



a. Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team to the address below not later than 1100 hours Central Time on the closing date of this announcement.



b. The six evaluation criteria listed above must be addressed in the appropriate sections of the SF330 for the proposed team. Include the firm's EIN Number in Block 4 of the SF330. The evaluation factors listed above must be addressed in the appropriate sections of the SF330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information.



c. The SF330 Part 1 must not exceed 100 pages (8.5 x 11-inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. Any pages greater than 100 pages will not be evaluated. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gas.gov/portal/forms/type/TOP



d. Overnight or courier type of mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT Melissa A Vaughn, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-3651. Refer to Announcement No. W912P824R0023.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >