BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Detroit, Michigan. Contact the soliciting agency for additional information.

Contract Award Date: Dec 20, 2021 Contract Award Number: W911XK22D0003 Task/Delivery Order Number: Contractor Awarded Unique Entity ID (DUNS): 117610411 Contractor Awarded Unique Entity ID (SAM): Contractor Awarded Name: Barr-Bergmann Joint Venture Contractor Awarded Address: Minneapolis, MN 55435-5422 USA Base and All Options Value (Total Contract Value): $13750000.00 * Based upon the responses to this synopsis, we are unable to do a partial small business set-aside for this requirement. All three contracts will be awarded using full and open competition procedures. Any small business SF 330's that were received by the Government stated by the due date and time in this notice WILL still be considered during the AE source selection evaluation. ALL SF 330's that were received in response to this notice will be evaluated and will result in three (3) awarded contracts. This is a reminder to any interested vendor that Unique Entity Identifier, previously referred to as DUNS number, needs to be included in SF330, block 10 for the prime and key subcontractors. Vendors are required to have an active SAM registration prior to award of the contract to be eligible for award of a contract. All page limits as indicated in the original notice are firm. The Request for Information period officially closed July 27, 2020 10:00 A.M. EDT. No further questions after this date and time will be accepted or answered in accordance with this notice. Architect Engineer (a-e) Indefinite Delivery Type Contract for Planning, Engineering and Design Services for the Detroit District, U.s. Army Corps of Engineers The US Army Corps of Engineers, Detroit District announces its intention to procure Planning, Engineering and Design services in accordance with PL 92-582 (Brooks A-E Act) as implemented in FAR Part 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The contract type selected for this procurement is a Firm-fixed-Price, Indefinite Delivery Contract. An award of three contracts is anticipated and may be awarded for these services. The contract period for each contract is one 5 year period with no option years. A 6-month extension may be exercised in accordance with FAR 52.217-8 for a total contract period not to exceed 5.5 years. Three indefinite delivery type contracts will be solicited unrestricted, negotiated, and awarded. . Individual, fixed-price delivery orders will not exceed $1,000,000.00. Work will be issued by negotiated firm-fixed-price tasks orders not to exceed this limit. Task orders will be awarded out of the same pool of funding. The total not-to-exceed (NTE) amount for the single combined pool of the 3 awards, 2 unrestricted and 1 small business contracts, plus a 6 month Option to Extend services, using FAR 52.217-8 is $13,750,000. The government will satisfy a minimum obligation of $5,000.00 for each of the three contract awards. Projected award is anticipated in 2021. Project work will be performed within the boundaries of the U.S. Army Corps of Engineers Detroit, Chicago, and Buffalo Districts. This announcement is open to all businesses regardless of size for the three unrestricted contracts. Large businesses must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Detroit District, which will be considered in the negotiation of this contract are (1) at least 50% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 5% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 34% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 2% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 6% of a contractor's intended subcontract amount be placed with HUB Zone SB. The Small Business Subcontracting Plan is Not Required With This Submittal. The North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $16,500,000.00 in average annual receipts. Service Contract Labor Standards (FAR 22.10) are applicable to this contract. To be eligible for contract award, the Contractor must be registered in the System for Award Management under the required NAICS code. Registration is free and can be accessed at: http://www.sam.gov. No specific projects are identified at this time. The majority of the professional services required will be for work related to planning, engineering designing, constructing and operations and maintenance activities associated with navigation projects, electrical power distribution and controls systems, local flood mitigation projects, rehabilitation of buildings, structures and facilities, infrastructure repairs and improvements, shoreline protection and remediation, environmental and ecosystem restoration, watershed studies, hydraulic, hydrologic, and coastal and sediment transport engineering. Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria 'a' through 'e' are primary factors. Criteria 'f' through 'h' are secondary factors and will only be used as "tie-breakers" among firms that are essentially technically equal. a) Specialized experience and technical competence. The prime firm and any subcontractors shall demonstrate recent (last 10 years) specialized experience and technical competence in or related to: harbors, rivers, canals, and waterways and the design of navigation project structures (including navigation locks, guidewalls, breakwaters, piers, jetties, revetments, and dams); electrical distribution and electrical control systems (including use of standard electrical and power system design software such as ETAP and EPLAN); construction of new and rehabilitation of building structures and facilities; infrastructure repair and improvements; flood control structures; erosion and shoreline protection and remediation; dredging and dredged material disposal confinement facilities; environmental and ecosystem restoration; hydraulic and hydrologic modeling, sediment delivery and transport modeling, floodplain studies, coastal engineering, coastal process modeling, watershed studies, and preparation of National Environmental Policy Act (NEPA) compliance documents; cultural resource/archeological investigations and impact analysis; planning and design report documents; construction plans and specifications and cost estimates; use of Corps of Engineers standard programs for cost estimating (MCACES - 2nd Generation (MII), specifications (SPECINTACT), and comment system entitled DrChecks; use of Geographic Information Systems (GIS); use of various software packages for hydrologic modeling of watersheds to include a variety of hydrometeorologic parameters; hydraulic modeling of rivers using 1-, 2- or 3-dimentional models, water quality modeling, sediment delivery and transport modeling of watersheds and coastal studies to include sediment budgets; using innovative design and construction concepts/engineering practices and state of the art technologies; designing projects within constrained construction schedules and funding; and producing and delivering computer aided design and drafting (CADD) drawings in MicroStation Connect. Submittals that demonstrate experience with Rockwell Automation software and General Electric iFIX HMI/SCADA software, and Schweitzer Engineering Laboratories protective device software will be considered more highly qualified. b) Professional Capabilities: A-E contractor will have (either in-house or through consultants) qualified registered professional personnel in the following key disciplines: Civil Engineering, Structural Engineering, Environmental Engineering, Mechanical Engineering, Electrical Engineering, Hydraulic Engineering, Value Engineering, Geotechnical Engineering, Geology, and Architectural Design, practicing in the states where projects may be located: Michigan, Minnesota, Wisconsin, Indiana, Illinois, Ohio, Pennsylvania, and New York. A minimum of at least one registered professional in Civil Engineering, Structural Engineering, Mechanical Engineering, and Electrical Engineering in a minimum of at least one of these states is required. Having disciplines with registered professionals in multiple states will be considered more highly qualified. Registrations/Certifications in Hydrology, LEED, Industrial Hygiene, and Fire Protection would be optimal. c) Capacity to accomplish the work: Capacity to execute multiple task orders simultaneously and to perform two $500,000 tasks or multiple tasks adding up to $1,000,000 in one year. The selected firm shall have available for work on task orders adequate professional and technical personnel in the following disciplines: civil engineering, environmental engineering, mechanical engineering, electrical and controls engineering, structural engineering, geotechnical engineering and geology, hydraulic engineering, hydrologist, coastal engineering, archaeologists, industrial hygienists, value engineering, architectural design, cost estimating, data management, specification writers, computer aided design and drafting (CADD) technicians, Geographic Information Systems (GIS) specialists, planners, economists, biologists, and ecologists. The firm must have available a minimum of one qualified person per discipline. Multiple qualified people for a discipline will be considered more highly qualified. The evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in the above disciplines. d) Past Performance. Past Performance on Department of Defense (DoD) and other contracts, preferably Corps of Engineers contracts, with respect to management, cost control, quality of work and compliance with performance schedules, as determined from CPARS and other sources. Firms may include documentation of past performance on recent similar contracts with other Federal agencies, State and local governments, and private firms. The firm must demonstrate at a minimum an effective quality control program that has delivered high quality products, on time and within budget. CPARS is the primary source of information on past performance. CPARS ratings from the previous 5 years will be queried for all prime firms submitting a response. The board may seek information on past performance from other sources including information from SF 330 Section F, but is not required to seek other information on the past performance of a firm if none is available from CPARS. The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. A firm that has earned excellent evaluations on recent DoD A-E contracts for similar projects will be ranked relatively high on past performance. e) Demonstrate Knowledge of the Great Lakes. Demonstrate the knowledge of the Great Lakes locality that the firm and proposed team possess to accomplish the planning, engineering and design services to be provided, including regulatory. The firm must have a minimum of 3 past projects in the Great Lakes area. f) Geographic Proximity. Geographic location of the principal design office within the boundaries of Detroit District, Chicago District, or Buffalo District. g) Extent of Participation. Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h) Volume of DOD Contract Awards. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. Responding firms should cite all contract numbers, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. Also indicate all Task Orders and Modifications awarded to your firm by DoD agencies under an indefinite delivery type contract within the last twelve (12) months. Indicate date of Task Orders and fee for each (this will be based on Part II, block 11 of SF 330). Do not include options that have not been exercised. Interested firms should submit copies of SF 330 Part I, copies of SF 330 Part II (submitted together in one PDF document sized 8-1/2 x 11") for the prime firm and all subcontractors and should be uploaded to according to Section 6. Include the firm's DUNS number for the prime and key subcontractors in SF 330, block 10. The firm shall present an organizational chart narrative in Section H on SF 330 describing how the organization will function, including how the QA/QC plan will be implemented. Firms Shall Identify Those Functions to Be Subcontracted Out and Where Those Subcontractors Are Located. Per FAR 36.606, the clause prescribed at 44.204(b), Subcontractors and Outside Associates and Consultants (Architect-Engineer Services) (see 52.244-4), limits a firm's subcontracting to firms agreed upon during negotiations. All contractors shall comply with 52.244-4, Subcontractors and Outside Associates and Consultants (Architect-Engineer Services), where any subcontractors and outside associates or consultants required by the Contractor in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officer's written consent before making any substitution for these subcontractors, associates, or consultants. Section E shall be limited to 20 resumes, 20 pages total. Section F shall be limited to 10 projects, 20 pages total. Section H shall be limited to 20 pages and include a Project Management Plan and a Quality Management Plan. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. Each side of a sheet of paper is a page. Use no smaller than 10 font size. Cover letters, company literature and extraneous materials are not desired and will not be considered. Firms should submit complete SF330s. Firms may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are fulltime, consultants, or free-lance. Do not include promotional brochures, advertisements, or other extraneous material in a submission, such as prices, as this is not a request for proposal. Include the firm's point of contact, email address, telephone number, and facsimile number in the submittal. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. If copies of original letters of commitment from key subcontractors are submitted, this will be considered a strength in the evaluation of the SF330s. Commitment letters will not be counted against the submittal page limits. Firms responding to this announcement before the closing date will be considered for selection. Following an evaluation of the qualifications and performance data submitted, the firms that are considered the most highly qualified will be chosen for interviews. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualification for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary to satisfy the performance in accordance with the specific selection criteria listed in the announcement. Questions will not be answered over the phone. Please submit your questions as follows: Inquiries: Firms shall not include identifying information in any submitted inquiry. Firms shall only submit one question per inquiry. Inquiries containing multiple questions may be rejected. A. Questions/Inquiries. All questions pertaining to this requirement shall be submitted in writing no later than, 27 July 2020, 10:00 A.M. EDT. The firm shall put the solicitation number W911XK20R0005 RFI QUESTIONS in the subject line of the email. All questions received after the above date and time WILL NOT BE ANSWERED. B. Questions shall be submitted to Emery Moser, Contract Specialist at Emery.S.Moser@usace.army.mil and Gail Hill, Contracting Officer at Gail.E.Hill@usace.army.mil. C. Once all inquiries are compiled and addressed, the questions and answers will be generated as a PDF document and posted to this synopsis /advertisement on the beta.sam.gov website for all interested parties to view/acknowledge to be sent in with their submission prior to the closing date. Submissions should acknowledge that the RFI questions have been reviewed. If additional time is needed for submission, an extension will be executed in the RFI questions posting and in this synopsis /advertisement posting on beta.sam.gov. ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY. Hand carried delivery or USPS/UPS/FEDEX delivery of hard copies and or CD-ROMs are not authorized. Facsimile submission is not authorized. Electronic Submission is required through the Department of Defense'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 Contracting Officer and Contract Specialist to receive the link to drop off your submittal. This will need to be completed no later than one (1) day prior to submittal date. a. Emery Moser, Contract Specialist at Emery.S.Moser@usace.army.mil b. Gail Hill, Contracting Officer at Gail.E.Hill@usace.army.mil 2. You will receive an email with the link to submit your drop-off. 3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W911XK20R0005 - Firm Name. 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. No additional action is required by CAC users. File Size Limitations: Firms are advised to follow the DOD SAFE instructions for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Firms are advised to break the files down into smaller sections in order to upload it to the system. Check DOD SAFE for current file submission requirements. If multiple files or sections are required, divide the files or sections as logically as possible and be sure to clearly name the files as specified below. If multiple drop offs are anticipated or you submission exceeds the maximum file size, the firm will need to request a new link for each additional drop off. 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: W911XK20R0005-FIRMNAME-DOCUMENT TITLE W911XK20R0005-FIRMNAME-DOCUMENT TITLE 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. Submittals shall be in a narrative format, organized and titled so that each section of the submittal 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 submittal 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. Firms 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. Firms 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. IMPORTANT: you will receive an email from DOD SAFE with your link to upload your files, once in DOD SAFE, you must manually add the email addresses of the USACE contracting specialist and contracting officer to the "To" line before you submit it. If this is not done, your submission will not be received by USACE by the deadline. 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). The method of contractor selection has not been determined at this time.

Design

Military

$13,750,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

6 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
333
Active Projects
192
Bidding Soon
2,736
All Active Projects
1,121
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 24, 2021

February 18, 2026

img_map_placeholder

Multiple Locations, Detroit, MI


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.