Washington, DC Bids > Bid Detail

Washington Aqueduct Multiple-Award IDIQ Contract for Architect-Engineer Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159656142931784
Posted Date: Mar 6, 2023
Due Date: Apr 8, 2022
Solicitation No: W912DR22R0007
Source: https://sam.gov/opp/c311b25d29...
Follow
Washington Aqueduct Multiple-Award IDIQ Contract for Architect-Engineer Services
Active
Contract Opportunity
Notice ID
W912DR22R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 06, 2023 12:42 pm EST
  • Original Published Date: Mar 07, 2022 12:39 pm EST
  • Updated Response Date: Apr 08, 2022 11:00 am EDT
  • Original Response Date: Apr 08, 2022 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Washington , DC 20016
    USA
Description

(1) CONTRACT INFORMATION: In accordance with the Brooks Act, as implemented by FAR 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District will award four firm-fixed-price (FFP), indefinite-delivery indefinite-quantity (IDIQ) multiple-award task-order contracts (MATOC) with a five-year ordering period and a shared capacity of $35M. The MATOC is for architect-engineer (A-E) services for the Washington Aqueduct Division (WAD). Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. Each contract will receive a minimum guarantee of $3,000.00, which will be satisfied by a task order. Task orders will be FFP and will not exceed $1,000,000.00.



(2) PROJECT INFORMATION: WAD’s mission is to produce safe, reliable, and cost-effective drinking water for approximately one million people living, working, and visiting the District of Columbia, and Arlington County and the city of Falls Church, Virginia. WAD is a Federally owned and operated public water supply agency that produces an average of 180 million gallons of water per day at two treatment plants located in the District of Columbia.



The MATOC is for A-E services as defined in 40 U.S.C. 1102(2) and FAR 2.101, to include studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operation and maintenance manuals, and other related services. Typical projects may include renovations to facilities, new construction, alterations to the treatment plant, etc. In general, projects may involve drinking water quality and treatment technology in all aspects of water treatment including, but not limited to source water quality and protection; flocculation/sedimentation; filtration; disinfection; waste stream handling; chemical strategies; and infrastructure. Also, environmental compliance in support of projects will include, but not limited to, National Environmental Policy Act (NEPA), Emergency Planning and Community Right-to-Know Act (EPCRA), Clean Air Act (CAA), Clean Water Act (CWA), Historic Preservation, U.S. Environmental Protection Agency (USEPA) Standards, DC Department of the Environment Standards and Maryland Department of Environment (MDE) Standards.



(3) SELECTION CRITERIA: The selection criteria for the MATOC are in the following order of importance: (1) specialized experience and technical competence, (2) professional qualifications, (3) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules, (4) capacity to accomplish the work in the required time, and (5) knowledge of the locality. Interviews will be conducted for A/E firms identified by the Selection Board and will be conducted virtually.



Factor 1- Specialized Experience and Technical Competence:



Describe specialized experience and technical competence for WAD in the following types of projects and/or work products which are listed in descending order of importance:




  1. Expertise in all aspects of water treatment technologies including, but not limited to source water quality and protection, flocculation/sedimentation, filtration, disinfection, waste stream handling, chemical strategies, and infrastructure

  2. Experience in conducting engineering studies and development of design and construction documents for renovations to existing facilities and new construction of various types and sizes related to water treatment plants (WTP) and their appurtenant facilities.

  3. Experience with environmental and regulatory compliance including, but not limited to coordination, submissions and presentations to the State Historic Preservation Office, National Capital Planning Commission, the Commission of Fine Arts, Clean Air Act, Clean Water Act, asbestos and lead paint surveys, preparation of NEPA documents and ability to obtain all necessary permits.

  4. Experience with post design construction management services including but not limited to shop drawing reviews, site visits and technical assistance during construction.

  5. Competency in Supervisory Control and Instrumentation Design (SCADA), Building Information Modeling/Civil Information Modeling (BIM/CIM), Geographical Information Systems (GIS); and Computer Aided Drafting and Scanning.





Firms shall provide a maximum of 10 projects demonstrating their experience in the types of projects and products, as well as show specialized experience of the proposed team in provision of the services noted above. All projects provided in the SF 330 must be completed within the last five years by the office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the firm is a joint venture (JV), relevant project experience should be submitted for the JV if shared experience is available. If no shared experience is available, the firm may submit projects performed by any joint venture partner. Note: A task order is considered a completed project; an IDIQ contract is not a completed project.





Factor 2 - Professional Qualifications:



Describe professional qualifications and competence of the proposed key personnel to provide services. Firms shall provide the following key personnel, either in-house or through consultants (profession registration/licensure required is listed in parenthesis):




  • Project Manager

  • Electrical Engineer (PE)

  • Environmental Engineer (PE) – Personnel proposed should have experience with site development and permitting.

  • Mechanical Engineer (PE)

  • Facility Engineer (PE)

  • SCADA Engineer (PE)

  • Water Treatment Expert (PE)



The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. At least one resume per key discipline is required to be submitted. The evaluation of these disciplines will consider education, training, certifications, overall and relevant experience and longevity with the firm.





Factor 3 - Past Performance:



Submit five past performance evaluations for similar work in terms of complexity, scope, and size (i.e., projects cited as relevant experience in Section F of the SF 330); quality; customer satisfaction; and adherence to schedule. This information will be obtained by reviewing Contractor Performance Assessment Reporting Systems (CPARS) evaluations provided by the firm, retrieving evaluations from the Past Performance Information Retrieval System (PPIRS), and/or reviewing NAVFAC/USACE Past Performance Questionnaire (PPQ), Form PPQ-0.





Other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror will be considered.





Note: Past performance information for projects listed under Factor 1 will be given greater consideration. For non-DoD and commercial project examples cited, Form PPQ-0 is mandatory. The firm may provide additional past performance evaluations for projects other than those listed under Section F; however, no more than five shall be provided.





Factor 4 - Capacity:



Firms must demonstrate their ability to meet schedule, scope, and budget on multiple projects concurrently by providing appropriate teams and adequate staff to perform the services required by the MATOC. Describe the availability of an adequate number of personnel in the key disciplines to ensure the firm can meet the potential of working on multiple task orders for multiple customers in the required time frames.





Factor 5- Knowledge of the Locality:



Describe the firm’s knowledge of USACE North Atlantic’s Area of Operations (AOR) (excluding Europe and other overseas locations) and USACE Baltimore District’s AOR, including local conditions and site features such as geological features, climate conditions, agency coordination, and local laws and regulations.





(4) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must electronically submit the SF 330 (Part I, Part II) for the prime and all subconsultants no later than 11:00 AM Eastern Time, 08 April 2022. The SF 330 shall be submitted using Adobe (.pdf) format. All pages to be included in the submission shall include font size 10 or larger. The SF330 Part 1 shall not exceed 125 pages. The page count excludes the cover sheet and letter, tabs, past performance evaluations (PPQs, CPARS), and Part II. Section D (Org Chart), and Section G (matrix) may be 11”x 17”. There are no page limitations for any particular section of the SF 330.





ELECTRONIC DOD SAFE SITE SUBMISSION REQUIREMENTS AND PROCESS





REQUEST AN UPLOAD CODE: Interested firms must e-mail the Contract Specialist (keilow.k.king@usace.army.mil) and Contracting Officer (ryandale.r.fernandez@usace.army.mil) no later than five working days prior to the submission deadline to receive a Request Code which will allow for submissions in the Department of Defense (DoD) Secure Access File Exchange (SAFE) site (https://safe.apps.mil). Firms that fail to request a code at least five working days before the deadline may not be able to receive a Request Code in time for submission. Compression utility software may be used, such as WinZip or PKZip, to reduce file size and facilitate transmission.





FILE DESCRIPTION: Include a “File Description” for each file you upload. The “File Description” will be included in the email notice to each of the recipients you choose to have access your file(s). Do NOT enter Privacy Act Data (Personal Identification Information) in the File Description.





INSTRUCTIONS TO FOLLOW ON THE DoD SAFE WEBSITE:





1. Once at the SAFE, select the “Drop-off” icon.





2. After selecting the “Click Here” link, you will be prompted to add your personal information, file information, recipient (Government points of contact) information and e-mail settings.





3. When completing the file information, enter the email addresses for all recipients (keilow.k.king@usace.army.mil and ryandale.r.fernandez@usace.army.mil). After entering the email address, click the “ADD” button to add the e-mail to the “Recipients List” for your response. When the submission is completed, a notification will be sent to the recipients.





NOTE: Do NOT send the SAFE site packages to group e-mail accounts. Even if you successfully upload a submission to the SAFE site, notification will not be sent to the Government recipients until you verify your e-mail address. Entering an incorrect e-mail may result in the rejection of your submission for lateness. A firm can confirm proper submission by the ‘Drop-Off Completed” screen which generates based on proper file submission.





TIMELINES OF SUBMISSIONS:



The date and time the submission is completely uploaded into SAFE is considered timely. For submissions larger than the 2GB capacity of SAFE and require multiple submissions, the Government will consider the date and time of the last submission completely uploaded into SAFE as timely. Do not assume that electronic communication is instantaneous; it can take several minutes or even hours.





The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive submissions. Firms are responsible for ensuring that submissions are submitted so as to reach the designated recipient. Firms are responsible for allowing sufficient time for the submission to be received in accordance with the instructions provided above.





REQUESTS FOR INFORMATION





Inquiries regarding this announcement shall be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org no later than 11:00 AM (EST), 21, March 2022. Firms shall use the Bidder Inquiry Key and the following instructions for access. Firms will receive an email acknowledgement of their inquiry, and an email notification when a response is available for viewing.





The Bidder Inquiry Key is: CA8HHB-EUWTKI.





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. Click Continue. A page will then open saying that 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. Click 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 provided 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. Click 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.


Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • 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 >