Mississippi Bids > Bid Detail

Base Notice: Indefinite Delivery Type (IDT) Contract for one (1) Contract for Quality Assurance Inspection Services for River Maintenance Projects within the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Competitive 8(a) Set-Aside)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159669785216974
Posted Date: Nov 3, 2022
Due Date: Dec 5, 2022
Solicitation No: W912EE23O0001
Source: https://sam.gov/opp/4c2998e5fa...
Follow
Base Notice: Indefinite Delivery Type (IDT) Contract for one (1) Contract for Quality Assurance Inspection Services for River Maintenance Projects within the Vicksburg District of the U.S. Army Corps of Engineers. (Restricted to Competitive 8(a) Set-Aside)
Active
Contract Opportunity
Notice ID
W912EE23O0001
Related Notice
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 03, 2022 08:04 am CDT
  • Original Response Date: Dec 05, 2022 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Vicksburg , MS 39183
    USA
Description

This Pre-solicitation Notice is for interested firms to submit their SF 330 by 05 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 05 December 2022. The proposed procurement listed herein will be restricted to Competitive 8(a) 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 quality assurance activities and related services for a variety of civil works projects including, but not limited to: dredging, concrete mat placement and general inspection. Quality assurance activities to be performed shall include, but not be limited to: coordinating, reading plans and specifications, monitoring, documenting, and reporting on river maintenance contractor quality control activities, safety and progress. The Supervisory River Maintenance 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 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).



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 following work: Demonstrate QA inspection service experience on Federal Civil Works Maintenance Dredge and/or Mat Sinking Unit Systems.



(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 or mechanical engineering disciplines to oversee and interpret plans and specifications related to the specified project. 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, river maintenance 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 river maintenance 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 05 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.


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
  • Nov 03, 2022 08:04 am CDTPresolicitation (Original)

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 >