Skip to main content

An official website of the United States government

You have 2 new alerts

Architect/ Engineer Indefinite Delivery Indefinite Quantity Contract for Construction Management Services within the Great Lakes and Ohio River Division

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Feb 09, 2022 08:42 am EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

1) SYNOPSIS: This announcement is open to all Woman-Owned Small Businesses. The NAICS code for this procurement is 541330. Architect and Engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support delivery of Construction Management Services (CMS) to activities and organizations within or assigned to the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers nationwide (including Puerto Rico, Guam, and American Samoa). Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total combined contract capacity under the Multiple Award Task Order Contract (MATOC) pool is $25,000,000 over a five-year period. This is a five-year contract, with no option years. There is no limit on the value of individual task orders, but the total value of task orders awarded will not exceed the overall MATOC pool capacity. Work will be issued by negotiated firm-fixed-price task orders. Firm(s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. The period of performance for task orders issued under these contracts may extend beyond the five-year ordering period.

Up to five firms will be selected to be a part of the MATOC pool. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number or awarding none at all. Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Knowledge of the locality of the project; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is October 2022.

In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services.

2. PROJECT INFORMATION: The work contemplated herein is for CMS on Military, Civil, other DOD, Interagency/International Support and Environmental construction programs. Services will be requested on an as-needed basis, dependent on the level of construction workload and availability of internal resources. Services vary in nature; duration may extend up to several months. The focus of the proposed A-E services contracts is to support the US Army Corps of Engineers in the administration and oversight of construction projects primarily in Virginia Kentucky, Indiana, Illinois, Ohio, New York, Minnesota, Wisconsin, Pennsylvania, and Michigan but may include other states and territories of the United States. This includes but is not limited to performing design and construction submittal reviews, inspections, observation, commissioning witnessing, testing, analysis, code compliance interpretations, reporting and advising to government representatives on all topics related to construction activities. The following paragraphs include detailed descriptions of typical duties for the key disciplines included in this contract:

Project Engineer: Serves as Construction Project Engineer delivering engineering services on several simultaneous projects. Contracts range in value from several thousand to several million dollars. Responsible for observation and reporting on assigned projects to government personnel. Implements government corporate decisions/guidance/laws/regulations and policy in the development of the project and intermediate products in support of the project. Oversees construction, contract administration, and quality assurance activities in accordance with established policies, procedures, and regulations. Analyzes design and construction issues with respect to contract requirements. Delivers recommendations to government personnel regarding compliance with contract provisions and environmental harmony, and exercises engineering judgment to assist in the development of solutions between conflicting plan details or requirements which become evident as construction progresses. Delivers opinion to government personnel as related to schedule items being reasonable, consistent, and proportionately balanced with percentages accurately represented for each corresponding work feature or component of work. Informs government personnel on progress percentages as they relate to an approximately uniform or balanced monetary payment, and that work involved accurately represents the monetary proportional amount of the contract. Summarizes contractor's submittals and delivers outline of submittal for review by government personnel. Prepares correspondence for the COR's signature. Provides field surveillance and delivers daily detailed reports covering all pertinent factors affecting cost and engineering considerations. Delivers quality assurance plans for assigned projects to government personnel. Assists government in the preparation of modification scopes of work for changes to include drawings and specifications. Assists government in the preparation of cost estimates and recommends objectives for government personnel to pursue on contractor proposals. Will be a resource in negotiations to reach a fair and reasonable settlement of contract time extensions and/or cost increase/decrease. Participates on pre-construction conferences with government personnel. Delivers upward reporting to district project managers. Delivers status reports on assigned projects to the district corporate leadership.

Civil Engineer: Provides professional civil engineering and construction management support by performing tasks such as: serves as a general engineer providing professional and technical leadership; guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding national standards and practices for civil engineering designs, soil and foundation analysis for horizontal and vertical construction, including but not limited to facility site layout, site drainage, geotechnical considerations, material selection and approval for roads, bridges, and structures; water treatment and distribution infrastructure and systems; and waste water collection and treatment infrastructure and systems; participates in design reviews and provides comments on contractor submitted civil engineering designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed civil engineering projects or project tasks; provides safety oversight, documentation of such oversight, and directs corrective actions as required to ensure worker and public safety during the performance of contractor executed projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor civil engineering requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner.

Structural Engineer: Provides professional structural engineering and construction management support by performing tasks such as: serves as a general engineer providing professional and technical leadership; guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding national standards and practices for structural engineering designs, foundation analysis for horizontal and vertical construction, including but not limited to facility material selection and approval for roads, bridges, and structures; participates in design reviews and provides comments on contractor submitted structural engineering designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed structural engineering projects or project tasks; provides safety oversight, documentation of such oversight, and directs corrective actions as required to ensure worker and public safety during the performance of contractor executed projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor structural engineering requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner.

Electrical Engineer: Provides professional electrical engineering and construction management support by performing tasks such as: serves as the organizational subject matter expert on standards and practices for electrical engineering designs, system components, installations, and system construction, including but not limited to primary power generation and distribution infrastructure, commercial and industrial electrical systems, and residential electrical systems; participates in design reviews of and provides comments on contractor submittals; electrical designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed electrical projects or project tasks; provides safety oversight, documentation of such oversight, and directs corrective actions as required to ensure worker safety during the performance of contractor executed projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor electrical requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner. Specialized experience may include healthcare construction.

Environmental Engineer: Provides professional environmental engineering and construction management support by performing tasks such as: serves as a general environmental engineer providing professional and technical leadership, guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding standards and practices for environmental engineering designs, permitting, regulatory and statutory project requirements, system components, installations, and system construction, including but not limited to site, facility, and building systems for commercial, industrial, and residential applications; water and wastewater treatment and distribution infrastructure and systems; participates in design and compliance reviews of and provides comments on contractor submitted engineering designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed engineering projects or project tasks; provides safety oversight, documentation of such oversight, and directs corrective actions as required to ensure worker safety during the performance of contractor executed engineering projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor environmental engineering requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner.

Mechanical Engineer: Provides professional mechanical engineering and construction management support by performing tasks such as: serves as a general mechanical engineer providing professional and technical leadership, guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding standards and practices for mechanical engineering designs, system components, installations, and system construction, including but not limited to site, facility, and building mechanical systems for commercial, industrial, and residential applications; water treatment and distribution infrastructure and systems; and waste water collection and treatment infrastructure and systems; participates in design reviews of and provides comments on contractor submitted mechanical engineering designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed mechanical engineering projects or project tasks; provides safety oversight documentation of such oversight, and directs corrective actions as required to ensure worker and public safety during the performance of contractor executed mechanical engineering projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor mechanical engineering requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner. Specialized experience may include healthcare construction.

Fire Protection Engineer: Provides professional fire protection engineering and construction management support by performing tasks such as: serves as a fire protection engineer providing professional and technical leadership, guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding standards and practices for life safety and fire protection engineering designs, system components, installations, and system construction. The fire protection engineer, participates in design reviews of and provides comments on contractor submitted life safety and fire protection engineering designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed fire protection engineering projects or project tasks; provides safety oversight documentation of such oversight, and directs corrective actions as required to ensure worker and public safety during the performance of contractor executed fire protection engineering projects or project tasks; assists the appointed contracting officer's representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor fire protection engineering requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner. Specialized experience may include healthcare construction.

Architect: Provides professional architectural and construction management support by performing tasks such as: serves as a general project architect providing professional and technical leadership, guidance, and expertise in managing contractor executed construction projects on behalf of the U.S. Army Corps of Engineers; serves as the organizational subject matter expert regarding standards and practices for architectural designs, building components, component installations, building construction, landscaping, and ergonomics, including but not limited to commercial, industrial, and residential buildings and landscaping applications; participates in design reviews of and provides comments on contractor submittals; architectural designs and plans for a variety of applications; provides quality assurance oversight, documentation of such oversight, and recommends corrective actions as required to ensure high quality performance on contractor executed architectural projects or project tasks; provides safety oversight, documentation of such oversight, and directs corrective actions as required to ensure worker safety during the performance of contractor executed projects or project tasks; assists the appointed contracting officers representative and/or resident engineer in interpreting and enforcing contractual provisions regarding contractor architectural requirements and deliverables; documents and provides reports regarding contractor progress toward accomplishing contractual scopes of work; recommends authorization of progress payments based on observed contract progress to established quality standards and specifications; maintains professional files in a systematic, retrievable, and contractually enforceable manner.

Geologist: Serves as Geologist and instrumentation specialist responsible for geological/geophysical instrumentation installation, materials, and related problems arising during the construction phase of projects. Utilizes a comprehensive knowledge of professional engineering concepts, principles, practices, formulae, physical and chemical characteristics of foundation and soils engineering (such as maximum unit stresses, compaction, consolidation, swell, and soil stabilization), and plans and specifications in accomplishment of assigned functions. Also is greatly concerned with the design for public safety purposes. Monitors excavation to determine the actual condition of the material and compares that to what was anticipated in the design stage of the project. Studies and analyzes substantive conditions and provides advice and opinions on geological, geophysical, moll engineering, ground water, and related problems. Provides design recommendations to eliminate problems of a geological nature. Explores by probing or drilling problem areas and maps the areas to define the location of better conditions, and makes recommendations. Investigates designated borrow areas and/or quarries to determine the nature and extent of changes, plans, coordinates, and directs explorations for new borrow areas. Makes quantitative and qualitative analyses on the availability of materials and basis of subsurface data obtained. Interprets foundation engineering and geotechnical requirements. Participates upon request in the establishment of procedures for record-keeping, testing, methods, inspection techniques, reporting, etc. Upon request, visits projects, reviews results, and advises on field conditions and circumstances that were not contemplated during design.

Cost Engineer: Performs a variety of work relative to planning and evaluating construction methods and procedures for various technical engineering alternatives relative to project work, reviewing and/or preparing a wide variety of engineering estimates, coordinating with and advising others, and participating in bid opening and negotiation meetings as technical advisor or for informational purposes; plans, evaluates, reviews, and/or prepares a wide variety of engineering estimates; develops cost estimates for projects from feasibility to construction; recommends consideration of changes in plans which may result in greater economy through substitution of materials or simplification of construction; routinely takes necessary action to insure security of government estimates; advises supervisor or project managers of difficult and/or controversial problems and matters of policy resulting from assigned estimating responsibilities and work assignments; suggests methods or procedures or additional studies required to resolve problems encountered; attends negotiation meetings, bid opening sessions, and board of review meetings; maintains files of current material prices and construction equipment first costs obtained from quotations by suppliers; provides technical review and/or guidance for lower graded branch technicians involved in estimate preparation. Must demonstrate minimum 2 years of experience preparing cost estimates with the current version of Micro-Computer Automated Cost Estimating System, Second Generation (MII) estimating software for detail estimates and the current version of Parametric Cost Estimating System (PACES) estimating software for Parametric Estimates.

Schedule Analyst: Creating and implementing Critical Path Method (CPM) Baseline Schedule with Primavera(most current version); updates monthly construction schedule with narratives and progress analysis; coordinates the various subprojects into a master schedule; maintains and monitors program and project level CPM; monitors program milestones and interdependencies between subprojects, identifying the critical path and suggesting alternatives. Analyzes contractor schedules and advises Government on acceptability of schedule revisions.

Construction Representative: Serves as the Construction Representative responsible for surveillance of construction projects and delivering findings to the COR. Delivers surveillance reports on all phases of construction for compliance with plans and specifications in respect to workmanship, materials, installation and construction methods to government personnel. Becomes familiar with contract plans and specifications relative to all phases of construction and delivers recommendations of any necessary changes to government personnel. Provides surveillance at construction sites, assists COR to resolve apparent differences, and delivers opinion to government personnel, surveys quality assurance programs related to projects, discusses changed conditions, and delivers advice to government personnel. Delivers assistance to the Government relative to investigating the need for, and preparing data for change orders. Develops detailed inspection requirements and control methods in coordination with Government personnel. Delivers drafts change orders and modifications for the COR’s signature. All deliverables from the contract employee under this discipline will be reviewed by government personnel within 10 calendar days of receipt.

The following position descriptions are provided for information only and will not be considered in the selection process for this solicitation. Resumes and hourly rates will be requested from the selected firm during negotiations.

Engineering Technician: Receives and logs incoming submittals; communicates with project managers, resident engineers, and construction representatives in matters pertaining to progress of submittal processing; forwards drawings and other technical submittals to the proper engineering department personnel; organizes and files all engineering and technical documents; maintains files; gives presentations at the contractor's conference; maintains DR CHECKS database; contacts project managers about review completion; acts as contractor liaison; delivers submittals to project managers and resident engineers; and utilizes Corps of Engineers automated information systems as required. All deliverables from the contract employee under this discipline will be reviewed by government personnel within 10 calendar days of receipt.

Engineering Technician (Materials): Positions assigned to this job are typically located at large navigation or multi-purpose water impoundment construction projects. These positions serve to provide on-site construction materials verification inspection/testing supplemented by government financed specialized laboratory analysis over the primary quality control inspection and testing services provided by the construction contractor. Duties include planning & coordination of testing, physical testing and visual inspection of construction materials including gravel and aggregate tests, concrete tests, soils test, asphalt tests, and problem solving and advisory services.

Administrative: Makes proficient use of automation equipment and software (word processing, spreadsheet, including Microsoft Office Suite, Excel, Power Point, Access, Outlook, Microsoft Project), to produce a variety of narrative and tabular material, e.g., correspondence, reports, memoranda, calendars, charts, statistical tables and various standard forms and documents. Prepares material from rough draft to clean copy; utilizes basic knowledge and skill of software to make insertions, deletions or move material about into proper format, and incorporate changes made by originator. Composes routine correspondence from brief notes, oral instruction, or on the basis of precedents. Uses simple editing functions to check accuracy of material, and stores, retrieves and prints material in final copy. Responsible for correct grammar, spelling, capitalization and punctuation of final copy. Retrieves, reads and prints data/messages from automated information and communication systems (e.g., e-mail), and provides copy to supervisor and/or individuals concerned. Maintains multiple project office files; handles multiple line phones; maintains spreadsheets, weekly updates, safety meeting minutes, RMS, RFI's; types correspondence, draft letters, and memorandums; makes inventories (office equipment, copier, photos, stamps etc.); processes mail, briefs, submittals, modifications, pre-construction conferences; and coordinates events. Uses electronic typewriter to produce documents not adaptable to computer equipment. Performs one or more of the following clerical tasks; receives visitors and telephone calls and refers them to the proper person who furnishes information requested; routes, controls and distributes mail to units of individuals in accordance with established procedures and knowledge of the organizations and personnel therein; maintains and classifies a variety of files involving many subject headings and subheadings; obtains, compiles and summarizes statistical data in accordance with specific instructions of standard procedures.

3. SELECTION CRITERIA:  Primary selection criteria in descending order of importance are listed below in paragraphs 3A through 3D.  Secondary selection criterion is listed in paragraph 3E.

3A. Professional Qualifications:

The government’s evaluation of Professional Qualifications will consider the education, training, certifications, registration, overall experience, relevant experience and longevity with the firm of the individuals with resumes required by this pre-solicitation in SF330 Section E in addition to the relevancy of the projects included in SF330 Section F to the scope included in Paragraph 2 of this pre-solicitation.

As a part of the Professional Qualifications evaluation, the government will also consider prior teaming experience shown in SF330 Section G between the individuals that this pre-solicitation requires to have a resume in Section E and the Project Management Plan included in Section H.

Only SF330 Section E, Section F, Section G and the elements specifically required by this pre-solicitation to be in the of the Section H Project Management Plan will be used to evaluate the offerors’ Professional Qualifications.

3B. Specialized Experience and Technical Competence:

The government’s evaluation of Specialized Experience and Technical Competence will consider how the example projects in SF330 Section F demonstrate the Specialized Experience and Technical Competencies below. The government’s evaluation of Specialized Experience and Technical Competence will also consider how these same Specialized Experience and Technical Competencies are demonstrated in the individual team members’ resumes required by this pre-solicitation and included in SF330 Section E as indicated in the brackets below. The government’s evaluation of Specialized Experience and Technical Competence will not consider any information included outside of SF330 Section E or Section F.

  1. Understanding of current construction practices [all disciplines being considered]
  2. Understanding and use of the USACE Resident Management System (RMS) [all disciplines being considered]
  3. Understanding and use of the Tri-Services Unified Facilities Criteria (UFC) [all disciplines being considered]
  4. Understanding and use of the Unified Facilities Guide Specifications (UFGS) [all disciplines being considered]
  5. Understanding and use of Intelligence Community Directive 705 (ICD 705) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  6. Understanding and use of Medical Gases (NFPA 99) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  7. Understanding and use of Life Safety Code (NFPA 101) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  8. Understanding and use of National Electric Code (NFPA 70) [Construction Project Engineer, Electrical Engineer, Construction Representative]
  9. Understanding and use of Plumbing (IPC) [Construction Project Engineer, Mechanical Engineer, Construction Representative]
  10. Understanding and use of Fire Protection Systems (NFPA 13 & 72) [Construction Project Engineer, Electrical Engineer, Mechanical Engineer, Construction Representative]
  11. Experience with HVAC/TAB (ASHRAE/AABC/NEBB) [Construction Project Engineer, Electrical Engineer, Mechanical Engineer, Construction Representative]
  12. Experience with Commercial Building Commissioning [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  13. Experience with USACE Commissioning [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  14. Experience with Medical Communications & Security (IT, Nurse Call/Code Blue, Imaging & IDS/PACS) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  15. Experience with Biomedical Engineering (CT, PET, CATH, MRI, etc.) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  16. Experience with Transport/Equipment (Patient Lifts, Elevators, Transport Systems, Pneumatic Tube, Food Service, Sterilizers, Mortuary, & Laboratory) [Construction Project Engineer, Architect, Electrical Engineer, Mechanical Engineer, Construction Representative]
  17. Experience with Dredging and Environmental Dredging [Construction Project Engineer, Environmental Engineer, Civil Engineer, Construction Representative, Geologist]
  18. Experience with Welding Inspection [Construction Project Engineer, Structural Engineer, Construction Representative]
  19. Experience with Painting and Metalizing Inspection [Construction Project Engineer, Architect, Construction Representative]
  20. Experience with Environmental HAZWOPER, superfund sites, HAZMAT transportation, site sampling [Environmental Engineer, Construction Project Engineer, Construction Representative]
  21. Experience with Primavera P6 [Scheduler]
  22. Experience with RSMeans Costworks and Micro-Computer Aided Cost Estimating System (MCACES) [Cost Engineer]
  23. Experience with heavy construction [Construction Project Engineer, Civil Engineer, Geologist, Construction Representative]
  24. Experience with marine construction [Construction Project Engineer, Civil Engineer, Geologist, Construction Representative]

3C. Capacity:

The government’s evaluation of the offeror’s capacity narrative and associated tables, figures, graphic, etc. included in SF330 Section H will consider the offeror’s ability to complete the work in the required time with the understanding that this contract may require multiple team members from each discipline to work multiple task orders at various locations simultaneously. Successful performance of past IDIQ and MATOC contracts included in the SF330 Section H will also be considered when evaluating capacity.

3D. Past Performance:

The government’s evaluation of past performance will consider (1) the performance evaluations provided by the offeror for the projects in Section F and (2) any performance evaluations in CPARS for the DUNS numbers of any firms or offices listed in the SF330 or for any of the projects included in Section F. Performance evaluations completed by the Contracting Officer’s Representative (COR) or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance.

3E.  Small Business Participation:

The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority

institutions (MI) will be measured as a percentage of the total anticipated contract effort,

regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or

joint venture partner; the greater the participation, the greater the consideration.

4.)  SUBMISSION REQUIREMENTS:

Instructions and clarifications for the SF330 in addition to the instructions included in the SF330:

A. SF330 Section D submission requirements:

The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11”x 17” organizational chart as part of their submission. This will be considered only one page of their submission.

B. SF330 Section E submission requirements:

  1. The individuals identified by the project roles on the SF330 may not have multiple duties or be “dual-hatted”. Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below.
  2. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, architect geologist, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below, at a minimum; this shall be demonstrated in Block 19. Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Paragraph 3(B.) will be evaluated more favorably.
  3. Submit one (1) resume for the Project/Contract Manager. The Project/Contract Manager must demonstrate two (2) years of experience managing similar type contracts, preparing proposals, assembling and managing teams of professional and non-professional staff while under contract.
  4. Firms must have the capability to employ the following technical specialties on projects either as an employee of the firm or via subcontract. Professional Registration is required for all disciplines.

    a. Construction Project Engineer (may be one of the following disciplines: Architect, Civil Engineer, Structural Engineer, Electrical Engineer or Mechanical Engineer) – Professional Registration is required.
    b. Civil Engineer.
    c. Structural Engineer.
    d. Electrical Engineer.
    e. Environmental Engineer.
    f. Mechanical Engineer.
    g. Architect.
    h. Geologist.
     
  5. The fire protection engineer shall be a registered professional engineer with a minimum of five years of experience dedicated to fire protection engineering, and meet one of the following conditions: (a) A degree in fire protection engineering from an accredited university; (b) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination; or (c) registration in an engineering discipline related to fire protection engineering.
  6. The cost engineer shall have at least five (5) years of experience as a cost engineer.  
  7. Scheduler with a minimum of three years construction related experience creating and implementing project schedules.
  8. A Construction Representative with a minimum of three (3) years similar construction experience to the description of typical duties for a Construction Representative included in Paragraph 2 of this pre-solicitation.

C. SF330 Section F submission requirements:

Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and projects that achieved substantial completion more recently will be considered more relevant. Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. For projects where “substantial completion” is not applicable, more recent projects will still be considered more relevant. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual services from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage of overall CMS work under each project was self-performed by the team being submitted as part of this SF330. This should be indicated as the percentage and dollar value of overall work that was self-performed by the team being submitted as part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, (as employee or via subcontract) even if the work was performed as a part of a joint-venture or a team of A-E contractors.

D. SF330 Section H submission requirements:

  1. Offeror shall include a brief narrative or table indicating how they will obtain the technical staff identified in section 4.B.4 above.
  2. Past Performance Evaluations: In SF330 Section H, each offeror shall include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the page limit of SF330 Section H or the page limit for the entire SF330.
  3. Project Management Plan: In SF330 Section H, each offeror shall submit a Project Management Plan that includes the following elements along with substantiation of successful performance of these elements on past contracts similar to the scope included in Paragraph 2 of this pre-solicitation: (1) The team structure described with an organizational chart to include: key management personnel names and their title, key quality assurance / construction management personnel and their title, ability to mobilize, (2) overall management approach to implementing and maintaining the requirements described in the synopsis, the process for resourcing (including procedures for evaluating personnel qualifications and experience, security considerations, hiring, etc.) the positions and disciplines described herein, (3) The plan shall also address the process for establishing and maintaining effective means of communication with USACE project personnel on a daily basis.
  4. Capacity Narrative: In SF330 Section H, each offeror shall submit a Capacity Narrative with associated tables, figures, graphics, etc. to strongly demonstrate the offeror’s past and future ability to complete the work with available resources and to ramp-up capacity for CMS support of multiple complex projects. This must address how offeror will provide sufficient staff to meet requirements (1) within the Louisville District geographic area of responsibility including Illinois, Indiana, Ohio, Michigan, Kentucky and Tennessee and (2) projects throughout the entire United States to include all states and territories.
  5. IDIQ and MATOC Experience (optional): In SF330 Section H, each offeror may include information demonstrating experience with past IDIQ or MATOCs contracts with a scope similar to the scope described in Paragraph 2 of this pre-solicitation. Do not submit a list of task orders for each IDIQ contract. IDIQ contracts included in Section H will be considered more relevant if the staff who worked on those IDIQ contracts align with the staff proposed in Section E.

ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE.  No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army’s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).  The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE “Getting Started Guide” has information on how to utilize the system (https://safe.apps.mil/about.php).  Instructions for uploading are as follows:

  1. Send an email to the Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to proposal due date.
    • Blake Gevedon, Contract Specialist at William.B.Gevedon@usace.army.mil    
  2. You will receive an email with the link to submit your drop-off. The link will be provided no later than two (2) business days prior to the proposal due date.
  3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR22R0032-FIRMNAME.
  4. Click Upload button to send documents.
  5. Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required).

File Size Limitations: Offerors are advised to follow the DOD SAFE instructions for uploading files. DOD SAFE supports delivery up to 8GB.  If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system.  In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.

File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention:

  • W912QR22R0032-FIRMNAME

 Each file name shall begin with the solicitation number followed by the firm’s name and a brief file description. Please see examples above.

File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 fold-outs, etc.) will be counted as two pages. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors.  Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented.  Information pertaining to more than one evaluation factor should be repeated in the each section for each factor.

Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the solicitation document.  The time & date of proposal receipt will be the upload completion / delivery time & date recorded within DOD SAFE site.  Do not assume that electronic submission will occur instantaneously.  Large files (e.g. 10MB or more) will take some time to upload.  Offerors should time their upload effort with prudence by not waiting until the last few minutes—this will allow for unexpected delays in the transmittal process.  Offerors are encouraged to keep a copy of the upload confirmation for their record.  Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208.

Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text.  Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked).

Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision “FAR 52.215-1, Instructions to Offerors – Competitive Acquisition (Jan 2017),” subparagraph (e).  The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.

Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform.

The proposal shall be submitted as one file. Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page.

Do not furnish portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.
 

5.) SYSTEM FOR AWARD MANAGEMENT:

To be eligible for award, a firm must have a Unique Entity Identifier (formerly DUNS Number) and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov.  Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM).  Training tools are available on the SAM website to help you get familiar with SAM.  Start by going to www.sam.gov, and then click on the SAM HELP tab.  Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need.  These guides can also be viewed on http://www.acquisition.gov.  Please identify the Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF 330, Part I.  Unique Entity Identifier (formerly DUNS Number) may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform.
 

6.)  OFFERER’S QUESTIONS AND COMMENTS:

Contracting point of contact:  Blake Gevedon (502)-315-6791, email address William.B.Gevedon@usace.army.mil

Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet.  As noted below, offerors shall not submit their proposals via ProjNet.  Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.

To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.

Project:  W912QR22R0032;

Quick Add Key:  TTYIMX-3ZEX3C

Specific Instructions for ProjNet Bid Inquiry Access:

1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

2. Identify the Agency. This should be marked as USACE.

3. Key. Enter the Bidder Inquiry Key listed above.

4. Email. Enter the email address you would like to use for communication.

5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.

6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.

7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.

Specific Instructions for Future ProjNet Bid Inquiry Access:

1. For future access to ProjNet, you will not be emailed any type of password.  You will utilize your Secret Question and Secret Answer to log in.

2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

3. Identify the Agency. This should be marked as USACE.

4. Key. Enter the Bidder Inquiry Key listed above.

5. Email. Enter the email address you used to register previously in ProjNet.

6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.

7. Enter your Secret Answer and click Login.  Once this is completed you are now logged into the system.

From this page you may view all bidder inquiries or add an inquiry.

Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.

Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.

The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago).  The telephone number for the Call Center is 800-428-HELP.

Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals.

NOTES:

1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the Presolicitation notice.  Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the Presolicitation notice.

2. Government responses to technical inquiries and questions relating to proposal procedures that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on beta.SAM.gov.  In the case of any conflicts, the last posted notice or, if applicable, amendment posted to beta.SAM.gov governs.  Any changes or revisions to the Presolicitation notice will be issued on beta.SAM.gov.

3. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled ten (10) calendar days prior to the closing date stated in the solicitation.  No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the solicitation.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History