Mississippi Bids > Bid Detail

Indefinite Delivery Type (IDT) Contract for one (1) Contract for Quality Assurance Inspection Services for Construction within the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Women-Owned Small Business Set-Aside)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159214664714362
Posted Date: Nov 30, 2022
Due Date: Dec 30, 2022
Solicitation No: W912EE23O0002
Source: https://sam.gov/opp/c6ef2d5cfd...
Follow
Indefinite Delivery Type (IDT) Contract for one (1) Contract for Quality Assurance Inspection Services for Construction within the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Women-Owned Small Business Set-Aside)
Active
Contract Opportunity
Notice ID
W912EE23O0002
Related Notice
W912EE23O0002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
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 (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 30, 2022 04:20 pm CST
  • Original Response Date: Dec 30, 2022 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Vicksburg , MS
    USA
Description

This Pre-solicitation Notice is for interested firms to submit their SF 330 by 30 December 2022, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal.



1. CONTRACT INFORMATION: SF 330s are due by Close of Business on 30 December 2022. The proposed procurement listed herein will be restricted to Women-Owned Small Business Set-Aside. One (1) indefinite delivery contract may be negotiated and awarded as a result of this solicitation. Each contract will have a performance period of five (5) years. Each contract will be 1,825 days from the date of contract award or exhaustion of the contract value of $8.0 million, whichever comes first. Work will be issued by negotiated firm-fixed price or labor-hour task orders. It is anticipated that the estimated workload for each year will be $1.6 million. The cumulative total of Task Orders issued over the life of the contract shall not exceed $8.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload.



Contract award is anticipated on or before April 2023.



2. PROJECT INFORMATION: The work under this contract shall consist of a broad range of construction management, quality assurance activities, and relates services for a variety of civil works projects including, but not limited to: levees, channels, weirs, drainage structures, concrete mat casting, stone dikes, revetments, bank stabilization, recreation areas, and building construction. Quality assurance activities to be performed shall include, but not be limited to: coordinating, reading plans and specifications, monitoring, documenting, and reporting on construction contractor quality control activities and construction safety, progress, and testing. The Supervisory Construction Representative and Inspectors will be responsible for seeing that all phases of the contract are performed and completed in accordance with the terms of the contract, including construction quality control and safety. The role of the Supervisory QA Representative and Inspectors will be to make recommendations as to whether the work is acceptable based on the contract requirements. All observations made by the Supervisory QA Representative and the Inspectors will be documented on the Inspector’s Quality Assurance Report. At the discretion of the Government, the report may be required to be prepared manually using ENG Form 2538-2-R, May 94 or electronically using the Resident Management System (RMS). Some task orders may require field tests, such as soil classification, relative density, sieve analyses, moisture content, control compaction curves, and in-place density. Testing shall be performed by a Government-validated laboratory.



3. SELECTION CRITERIA: Pre-selection will be based on the following considerations, which are listed in descending order of importance. Criteria A thru E are primary. Criteria F is secondary and will only be used as a “tie- breaker,” if necessary, in ranking the most highly qualified firms. The firm (either in-house or through association with a qualified consultant(s)) must demonstrate:



A. Specialized experience and technical competence of the firm and consultants in the work described in items i-ii below.



i) Demonstrate QA inspection service experience on Federal Civil Works construction projects.



ii) Demonstrate capability and experience in field and lab geotechnical testing



B. Professional Qualifications: The firm must employ a sufficient number of qualified contract administrators, inspectors and supervisors/managers to perform the type of required services in accordance with applicable Government regulations, policies and standard operating procedures including, but not limited to that set forth in the technical specifications. Registered professional personnel shall be employed in the civil and geotechnical engineering disciplines to oversee the testing program, analyze and interpret test data and offer expertise as needed when construction issues arise. The firm should indicate and emphasize professional registration, advanced degrees, training, certifications, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments.



(C) Capacity to Accomplish the Work: The firm should indicate the ability to perform numerous projects, concurrently, regardless of duration, unexpected equipment breakdowns, construction challenges, seasonal shutdowns, and/or personnel problems; and complete work in a timely manner.



(D) Knowledge of the Locality: locality refers to geological features, climatic conditions or local construction methods that are unusual or unique.



(E) Past Performance: Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above.



(F) Equitable distribution of DoD Contracts. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed.



4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy (in PDF format) of SF 330 along with a copy of part II of each sub-consultant’s SF 330 to: MVKAECoordinator@usace.army.mil no later than 1600 hours, CST, on 30 December 2022. Include both the solicitation number and the company’s DUNS number on all submittals. Include DUNS numbers in Block 9 for all firms listed in the SF 330.



Note the following restrictions on SF 330 submittals: Block E – Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side); Block H—Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation.



All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not an RFP. A fee proposal will be requested at a later date.



****NOTE: Contractors must be registered in the System for Award Management (SAM). For information see http: www.sam.gov.



5. INQUIRIES SUBMISSION:



PRE-SOLICITATION NUMBER: W912EE23O0002



INQUIRIES AND QUESTIONS



ALL QUESTIONS MUST BE SUBMITTED VIA PROJNET.



TECHNICAL INQUIRIES AND QUESTIONS RELATING TO THIS SOLICITATION ARE TO BESUBMITTED VIA BIDDER INQUIRY IN PROJNET AT (HTTPS://WWW.PROJNET.ORG). BIDDERS ARE ENCOURAGED TO SUBMIT QUESTIONS 5 DAYS PRIOR TO BID OPENING IN ORDER TO ENSURE ADEQUATE TIME IS ALLOTTED TO FORM AN APPROPRIATE RESPONSE AND AMEND THE SOLICITATION, IF NECESSARY. TO SUBMIT AND REVIEW INQUIRY ITEMS, PROSPECTIVE VENDORS WILL NEED TO USE THE BIDDER INQUIRY KEY PRESENTED BELOW AND FOLLOW THE INSTRUCTIONS LISTED BELOW THE KEY FOR ACCESS. A PROSPECTIVE VENDOR WHO SUBMITS A COMMENT /QUESTION WILL RECEIVE AN ACKNOWLEDGEMENT OF THEIR COMMENT/QUESTION VIA EMAIL, FOLLOWED BY AN ANSWER TO THE COMMENT/QUESTION AFTER IT HAS BEEN PROCESSED BY OUR TECHNICAL TEAM.



ALL TIMELY QUESTIONS AND APPROVED ANSWERS WILL BE MADE AVAILABLE THROUGH PROJNET. APPROVED ANSWERS TO ALL TIMELY QUESTIONS WILL ALSO BE POSTED ON THE FEDBIZOPS IN THE FORM OF A REPORT GENERATED FROM PROJNET AS SOON AS THE COMMENT/QUESTION ENTERING PERIOD IS OVER AND ALL ANSWERS ARE ALL FINALIZED.



THE PRE-SOLICITATION NUMBER IS: W912EE23O0002



THE BIDDER INQUIRY KEY IS: V8JDU3-PJ4D3J



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 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. 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
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • 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 >