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 Jacksonville, Florida. Contact the soliciting agency for additional information.

Contract Award Date: May 04, 2022 Contract Award Number: W912EP22D0009 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: JFX5N74KM4E4 Contractor Awarded Name: GENTERRA-Freese and Nichols Small Business Mentor-Protege Joint Venture Contractor Awarded Address: Irvine, CA 92618-2211 USA Base and All Options Value (Total Contract Value): $130000000.00 1. CONTRACT INFORMATION: This procurement will be conducted in accordance with Brooks Act procedures as outlined in FAR 36.6. The Government intends to award a target of six (6) contracts as a result of this announcement. The Government has a target to award three (3) other than small business awards and three (3) awards to be reserved for small businesses. The total capacity of the six (6) contracts is $130,000,000. The Government may award more than three (3) firms within each business category (i.e., Small Business or Other Than Small Business) depending on the source selection decision regarding how many firms are considered most highly qualified in accordance with Brooks Act selection procedures. A-E task order requirements valued at or below under $500,000 will be set-aside for competition among the three reserved small businesses firms. Over a five-year period, requirements at or below $500,000 is estimated to total $10M - $15M over the life of this multiple-award IDIQ. The six (6) contracts will be Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for a five year ordering period from date of award for all contracts. The primary purpose of this contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. The Jacksonville Districts area of responsibility includes Florida, the Commonwealth of Puerto Rico and the U.S. Virgin Islands. Secondarily, the contract may be used to provide services outside of the geographic boundaries of the Jacksonville District. All firms responding to this announcement MUST identify which category they are submitting. All firms must state the words, "Small Business", or "Other than Small Business" after the solicitation number in PART I, A, Block 3 of Standard Form 330. A separate SF 330 MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. The North American Industrial Classification System (NAICS) code is 541330, which has a small business size standard of $16,500,000 in average annual receipts for its preceding three (3) fiscal years. All interested firms Other than Small Business A-E firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged business concerns in accordance with the provisions of Public Law 95-507 and FAR 19.201(a). If an Other Than Small Business (i.e., a large business) is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. Large business firms should keep small and small disadvantaged business concerns in mind when considering qualifications of potential subcontractors and ensure each proposed subcontractors socioeconomic status is clearly identified in the submission of qualifications. NOTE: Small Business Firms selected for award must comply with the performance of work requirements as stated in FAR 52.219-6 Notice of Total Small Business, and/or FAR 52.219-14, Limitations on Subcontracting. Additionally, Small Business firms selected for award must be certified in the System for Award Management (SAM) at the time of submission of a price proposal. This is a requirement for Small Business concerns eligible under the respective program and have provided all the required documents to the respective program repository. Large Businesses that are selected for award must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract are required to submit a detailed subcontracting plan during contract negotiations. Firms must adhere to local legal requirements for conducting business in the State of Florida, Puerto Rico, and USVI. Selection for task order negotiations after contract award: The minimum guarantee for each contract will be $10,000; applicable to the base period only. All requirements with an estimated value at $500,000 or below will be reserved for the Small Business set-aside first. After task order requirements are defined, the Government will review the SF 330s of the offerors that received an award. The Government will utilize the information from the SF 330s as a basis to determine the most highly qualified offerors to perform the task order requirements. However, if additional, task order-specific information is needed to determine the most highly qualified firm to perform the requirements, the Government will proceed with the Task Order Requirement Notice (TORN) process. Firms will be provided a TORN that includes a short summary of the task order scope of work, selection criteria, and a Request for Supplemental Information tailored to the specific task order requirement. 2. PROJECT INFORMATION: Services will include engineering and design services for civil works projects which may include support for other agencies. Services will include preparation of plans and specifications, design reports, engineering studies, cost estimates and construction schedules for a variety of civil works projects. 3. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance (first by major criterion then by each sub-criterion). Criteria in paragraphs A through E are primary. Criteria in paragraphs F through H are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. All pages shall be numbered sequentially either for the entire package or within each section. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past ten (10) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have performed and completed a minimum of six (6) projects (either as the prime or subcontractor). Joint Venture submissions shall also provide a minimum of six (6) projects; however, if the Joint Venture does not have the minimum projects as a Joint Venture Offeror, then the Offeror may supplement with projects performed by the members of the Joint Venture in their individual capacities to meet the minimum requirements. Use no more than two (2) pages per project. A Project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing IDIQ contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an IDIQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. Combining multiple task orders under an IDIQ to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed for each contract and/or task order. Include the percentage of work self-performed by the prime for each contract and/or task order. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member. (1) Relevant Experience: seven (7) of the ten (10) submitted projects shall specifically address the following areas of specialized experience emphasis, with the most relevant work being associated with USACE, Federal and local Partner Agencies. (1) Flood Risk Management, (2) Ecosystem Restoration, (3) Coastal Storm Risk Management, and (4) Water Resources. In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (2) Engineering and Design-firms must clearly demonstrate experience and competence for engineering and design services such as: preparation of construction plans/specifications suitable for use in competitive bidding processes, preparation of design reports (calculations/analysis), engineering studies, seismic design services, and construction cost estimates and schedules. (3) Civil Works Design- firms must clearly demonstrate experience and competence in design for all phases of civil engineering and related work for the following types of projects/features: flood control, environmental restoration, levees and dams, canals, structural design (pump stations, bridges, water control structures). B. QUALIFIED PROFESSIONAL PERSONNEL: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure, state, and certification numbers) where applicable. The prime firm shall have at a minimum two (main engineering discipline) registered professionals within their firm to qualify for award. At least one key personnel from the prime must have a professional license for Engineering in the State of Florida and one key personnel from the team (prime or sub-consultant) with a license for Engineering in Puerto Rico. A minimum of one resume is required for each key discipline showing relevant education and training, registration, intended contract role(s) as defined herein to be filled by person, as well as experience both past and recent (within the last 10 years). Note that an individual possessing the required expertise of more than one contract role is acceptable, but the resume must clearly demonstrate meeting the required length of experience of each contract role via documented project assignments/experience. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The following disciplines with applicable professional registrations are required. (1) U.S. Registered Professionals: Key personnel must have a professional license in Engineering and a minimum of ten (10) years' experience. Key personnel must include the following disciplines: Civil; Mechanical; Structural; Geotechnical; Hydraulic and Hydrologic; and Electrical within Prime Firm. (2) Project Management: Project Managers must have at least fifteen (15) years of relevant experience and possess a professional license in Engineering. The professional qualification evaluation will consider education, registration, and overall relevant experience in the type of work required, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events. Prime firms must demonstrate the ability to accomplish 51% of the work with in-house resources. Firms must demonstrate the ability to accomplish multiple task orders simultaneously. The Other Than Small Business firms shall demonstrate the capacity to accomplish a minimum of $15,000,000 in task order requirements at a given time (roughly equivalent to 3 simultaneous task orders or a single large assignment). The Small Business firms shall demonstrate the capacity to accomplish a minimum of $1,000,000 in task order requirements at a given time (roughly equivalent to 2 simultaneous task orders or a single large assignment). D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Firms must demonstrate past performance in accomplishment of similar work within the last 10 years. (1) Current Relevant Contracts and Subcontracts - firm must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span.) (2) Past DOD Performance - past DOD performance data available to the Government will be evaluated (lack of available data will not be evaluated negatively); and (3) Supporting Information - firms may include other credible, documented information on past performance such as letters of commendation or information on problems encountered in prior contracts with discussion of actions taken to remedy unsatisfactory performance (lack of supporting information will not be evaluated negatively). E. KNOWLEDGE OF LOCALITY: In PART 1, Section H, describe and demonstrate the team's familiarity with civil works design requirements applicable to the Jacksonville District's Area of Responsibility; i.e. primarily Florida and secondarily Puerto Rico and the U.S Virgin Islands. Provide specific knowledge of local requirements, local environmental regulations, soil conditions, and experience with Jacksonville's stakeholders. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS A TIEBREAKER, IF NECESSARY: EXTENT OF PARTICIPATION OF SMALL BUSINESSES: In PART I, Section H, provide a Small Business Participation Plan in accordance with FAR 52.219-8. As a secondary criteria, Jacksonville District will evaluate this information, and offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. Large businesses shall note that, if selected, their Small Business Subcontracting Plan shall reflect and be consistent with the commitments offered in the Small Business Participation Plan. G. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida will be given preference, provided there is an adequate number of qualified firms for consideration. H. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Offerors shall provide the volume of work awarded by DOD agencies during the previous 12 months. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit their SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and SF 330, Part II, for the firm or joint venture and each subcontractor electronically to DoD SAFE at https://safe.apps.mil/ system. Files shall be submitted electronically. Submit proposals in Adobe Portable Document Format (PDF) as two separate electronic files. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. The two electronic files shall be named as follows: W912EP20R0041FirmName-SF 330-I.pdf W912EP20R0041FirmName-SF 330-II.pdf If submitting as a joint venture, submit a copy of the Joint Venture Agreement. When completing the information for transmittal at the DOD SAFE website, you will be asked to enter email addresses for the recipients. When your proposal is submitted via the DOD SAFE website, the website will provide notification of the submittal to the recipients. The Contract Specialist is Ms. Celeste Harris at Celeste.Harris@usace.army.mil. The Contracting Officer is Ms. Katrina Hills-Denson Katrina.L.Hillsdenson@usace.army.mil. NON CAC CARD HOLDERS: This type of drop-off allows a non-authenticated user (Guest) to upload a file that has been requested by an authenticated user. An authenticated user must first execute the "Request a Drop-Off" procedure to obtain a "Request Code" for external delivery to the non-authenticated user. You must complete the following steps: Obtain your "Request Code" by emailing Ms. Celeste Harris at Celeste.Harris@usace.army.mil and Ms. Katrina Hills-Denson at Katrina.L.Hillsdenson@usace.army.mil no later than 3 days before proposal. You will then receive a system generated email with a onetime use "Request Code" for DOD SAFE. You must add email Celeste.Harris@usace.army.mil and Katrina.L.Hillsdenson@usace.army.mil on the return "to" line. Delivery of the files will not occur if you fail to use the email address ending with "@usace.army.mil" DO NOT USE the auto reply address ending in xxx.civ@mail.mil as delivery will not occur to the intended USACE account. Proposals shall be submitted electronically to DOD SAFE website prior to the proposal due date required in the solicitation. It is the offeror's responsibility to ensure that the electronic proposals have been received. The date and time of delivery will be established by the time on the e-mail notification to the Contract Specialist and Contracting Officer that the file was accepted by the DOD SAFE website, not the date and time of when offerors upload their proposal. Do not assume that electronic communication is instantaneous. Offerors are responsible to ensure time is allocated for transmittal delays, virus scans, etc. If an electronic notification is not received in the government recipients' email inbox before the deadline, the submission will be considered late. A help guide can be found at https://dl.dod.cyber.mil/wp-content/uploads/dcs/pdf/unclass-DOD_SAFE_User_Guidev0_2d1.pdf. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Responses to this ad should be in electronic format; telephone calls and personal visits are discouraged. This is not a request for priced proposal. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175. Due to COVID 19 hand delivery will not be accepted. You must be registered in the System for Award Management (SAM) website at https://www.sam.gov/ in order to be eligible to receive an award from this solicitation. Call 866-606-8220 for more information or visit the SAMs website at http://www.sam.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquiries and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered. To participate in the teleconference, call 877-336-4440 (toll free), access code: 2081912, security code 2081912. Due to limited ports, the teleconference is being held only for those firms interested in this specific work. The pre-proposal slideshow, attendance roster, and Q&A will be posted as an attachment to the combined synopsis/solicitation, after the teleconference has concluded. The method of contractor selection has not been determined at this time.

Award

Water / Sewer

$130,000,000.00

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

4 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
118
Active Projects
69
Bidding Soon
1,151
All Active Projects
455
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.

Find better bids. Win.

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.

March 2, 2021

March 2, 2026

img_map_placeholder

Multiple Locations, Jacksonville, FL


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.