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 Louisville, Kentucky. Contact the soliciting agency for additional information.

This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for civil works projects located within the LRD geographical boundaries. Projects outside the LRD area and for other military missions may be added at the Government's discretion upon agreement of the A/E firm. Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total combined contract capacity for the MATOC is valued at $200,000,000 over a five-year period. This is a five-year contract, with no option years. The expected construction cost of projects designed as a part of this contract is between approximately $12,000,000 and $200,000,000. The maximum task order limit is $30,000,000.00 (This value may be exceeded upon agreement of the A/E firm though not to exceed the overall contract value of $200M). Work will be issued by negotiated firm-fixed-price task orders. Firm (s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. The period of performance for task orders issued under these contracts may extend beyond the five-year ordering period. Up to seven (7) firms will be selected to be a part of the MATOC. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in planning, hydraulics and hydrology, earthen structures, reinforced mass concrete structures bridges, culverts; pump stations, ecological restoration projects (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Knowledge of the locality of the project; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated award date is January 2023. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. PROJECT SPECIFIC INFORMATION: The selected offeror will be solely responsible for the designs that they produce and will become the designer of record or Design-Build RFP preparer for each individual project on their contract. Projects may consist of planning, design, and related services in support of the civil works mission within the USACE Great Lakes and Ohio River Division Mission Boundaries. Project task orders under this contract may include design of new construction, partial renovation, or full renovation of some or all of the following types of building structures: dams, levees, pump stations, bridges, roadways, canals, ecosystem restoration, stand-alone buildings (which include administration facilities, unheated storage, and general support warehouses); and other facilities unique to civil works projects. A/E services may consist of the following activities: preparation of construction solicitations for design-bid-build (complete design) projects and design build RFPs (request for proposals); concept level designs and engineering feasibility studies; master planning; site investigation/assessment of existing conditions; value engineering services; engineering services during construction (shop drawing review, site inspection, etc.); design of demolition or deconstruction; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; technical studies/analysis in support of design for new construction and renovation; comprehensive planning for future construction requirements at civil works locations; coordination and attainment of local, state and federal permits; support and coordination in the development of utility agreements; and utility investigations. Additional A/E support services may include: geotechnical studies; environmental compliance; National Environmental Policy Act documentation; controlled waste and flammable storage design; asbestos, lead and PCB surveys and/or abatement. Other A/E services beyond traditional design may include: site selection; American Land Title Association surveys; deed and title services; and facility assessments. Project specific requirements will be described in each individual task order's Statement of Work. SELECTION CRITERIA: This acquisition is for A-E services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FAR. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Following an evaluation of the qualifications and performance data submitted, up to seven (7) firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Selection criteria in descending order of importance are listed below. Paragraph 3(a) through Paragraph 3(d) are primary, and Paragraphs 3(e) & 3(f) are secondary. The Government will only use secondary Criteria F through G as "tie-breakers" among essentially technically equal A-E contractors. (a) PROFESSIONAL QUALIFICATIONS: The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. Only SF330 Section E, Section F, Section G, and the IDIQ additional consideration information in Section H will be used to evaluate the offerors' professional qualifications. The government will also consider prior teaming experience between multiple designers included in Section E working on the same project in their proposed role and included in SF330 Section G. In addition to considering the participation of all team members on the projects listed in Section F and G, the government will give additional consideration to projects listed in Sections F and G led by the proposed Project Managers and additional consideration to projects in Sections F and G where the lead designer role was filled by at least one of the two designers included in Section E for the following disciplines: Architecture, Civil, Electrical, Mechanical and Structural. (b) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F that demonstrate the Specialized Experience and Technical Competencies below. The government's evaluation will also consider how these same Specialized Experience and Technical Competencies are demonstrated in the individual team members' resumes for both designers and checkers in SF330 Section E, for the disciplines as indicated below in parentheses. Use of Civil Information Modeling (Civil) Use of USACE CADBIM Policies and Procedures (Structural and Civil) Use of UFC 3-201-01, Civil Engineering (Civil, Structural, Geotechnical) Construction cost estimating using MCASES MII (Cost Engineer) Use of Specs Intact (Mechanical, Electrical, Structural, and Civil) Facilitation of Value Engineering studies in accordance with SAVE (Value Engineering) The DQMP included in Section H will also be considered when evaluating Specialized Experience and Technical Competency of the offeror. (c) CAPACITY: The Government's evaluation of the offeror's capacity narrative and associated tables, figures, etc. included in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple design teams to work multiple task orders at various locations simultaneously. The IDIQ additional consideration information included in Section H will also be considered when evaluating capacity. (d) PAST PERFORMANCE: The government's evaluation of past performance will consider (1) the performance evaluations provided in Section H for the projects in Section F, (2) any performance evaluations in ACASS/CPARS for the UEI (Unique Entity Identifier) numbers of any firms or offices listed in the SF330 or for any of the projects included in Section F, and (3) if not already considered, the overall past performance on IDIQ contracts provided in the IDIQ additional consideration information included in Section H. Performance evaluations completed by the Contracting Officer's Representative (COR) or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance. (e) SMALL BUSINESS PARTICIPATION: The Government's evaluation of the offeror's Small Business Participation plan will consider level of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, Service-Disabled Veteran-Owned Small Business and Historically Black Colleges and Universities, Veteran Owned Small Business team members and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (f) GEOGRAPHIC PROXIMITY: Location of firm in the general geographic area of the USACE Great Lakes and Ohio River Division Civil Works Mission Boundaries. SUBMISSION REQUIREMENTS: Offerors must submit one (1) electronic copy of the SF 330, Part l, and one electronic copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the UEI number of the office(s) performing the work in Block 5 of the SF 330, Part I. UEI numbers can be obtained at www.sam.gov. The proposal shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 150 pages in length (excluding the SF 330, Part IIs). Resumes in Section E can be no more than two pages in length, and individual projects in Section F can be no more than 4 pages in length. Section H shall be 20 pages or less in length and may only include information specifically required by this pre-solicitation to be in Section H. All government evaluation of proposals associated with the selection criteria in Paragraph 3(a) and 3(b) will be performed using Section E, Section F, Section G and Section H as indicated in Paragraph 3. Any additional information included in the proposal not specifically required may not be evaluated or considered. Each printed side of a page will count as one page. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11"x 17" organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be "dual-hatted". Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 thru 25. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, civil engineer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Section E Paragraph 3(b) will be evaluated more favorably. For all designer roles, the resume shall clearly list what features of work of the project were designed and stamped/sealed by the designer as the legal designer or record. For all checker roles, the resume shall clearly demonstrate that the individual has performed in the checker (QA/QC) role previously: Project Manager, Registered Architect or Professional Engineer, 10 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Structural) in horizontal civil works construction projects Project Manager, Registered Architect or Professional Engineer, 10 Years Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Structural) in horizontal civil works construction projects Architect Designer, Registered Architect, 10 Years Architect Checker, Registered Architect, 10 Years Civil Engineer Designer, Registered Professional Engineer, 10 Years Civil Engineer Designer, Registered Professional Engineer, 10 Years Civil Engineer Designer, Registered Professional Engineer, 10 Years Civil Engineer Checker, Registered Professional Engineer, 10 Years Structural Engineer Designer, Registered Professional Engineer, 10 Years Structural Engineer Designer, Registered Professional Engineer, 10 Years Structural Engineer Checker, Registered Professional Engineer, 10 Years Mechanical Engineer Designer, Registered Professional Engineer, 10 Years Mechanical Engineer Checker, Registered Professional Engineer, 10 Years Electrical Engineer Designer, Registered Professional Engineer, 10 Years Electrical Engineer Checker, Registered Professional Engineer, 10 Years Geotechnical Engineering Designer, Registered Professional Engineer, 10 Years Geotechnical Engineering Checker, Registered Professional Engineer, 10 Years Environmental Engineering Designer, No certification required, 10 years Environmental Engineering Checker, No certification required, 10 years Landscape Architect, Registered Landscape Architect, 10 Years Landscape Architect, Registered Landscape Architect, 10 Years Landscape Architect Checker, Registered Landscape Architect, 10 Years Cost Engineer, Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), 10 Years Fire Protection Engineering Designer, Registered Fire Protection Engineer, 10 Years Fire Protection Engineering Checker, Registered Fire Protection Engineer, 10 Years Value Engineer, Certified Value Specialist, 10 Years SF330 Section F: Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and projects that achieved substantial completion more recently will be considered more relevant. Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, a minimum of two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual design effort from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20-page limit of SF330 Section H or the 150-page limit for the entire SF330. In SF330 Section H, each offeror shall produce a detailed Design Quality Management Plan including the following items: An explanation of the firm's management approach Management of sub-consultants (if applicable) Procedures for obtaining local, state and federal regulatory permits in a timely manner Procedures for dealing with design features unique to localities nation-wide (like soil conditions, seismic requirements, climate factors, etc. Quality control procedures to include the roles and responsibilities of checkers for plans, specification, design analysis and electronic documents Risk management and mitigation processes and procedures to ensure that internal resources are not over committed A narrative explaining of the chain of command to include individuals that will serve as the single point of contact for the contract and other senior leaders responsible to ensure successful execution of task orders An organizational chart showing the inter-relationship of management and various team components (including sub-consultants) Section H shall also include a Capacity Narrative and associated tables, figures, etc. showing the offeror's ability to complete the work with available resources and available ramp-up capacity with numerous high quality design teams. In SF330 Section H, the offerors may receive additional consideration for the successful execution of IDIQ contracts. For each IDIQ included, the offeror shall provide the contract and task order number (if applicable), the total contract capacity and capacity used, number of task orders, performance evaluation ratings for task orders (ratings only, not entire evaluation), team members noted in Section E that were legal designers of record or checkers for task orders and team members that were responsible for the overall management of the IDIQ. In SF330 Section H, all large businesses shall present a Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 as part of the response to this RFP. The number of pages of the Small Business Small Disadvantaged Business Plan do not count against the total page count for the response to the RFP. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Veteran Owned Small Business team members in the contract team using a chart showing each firm that is a team member, their small business category, and their proposed level of participation measured as a percentage of the overall estimated effort (i.e. a chart with 3 columns, respectively entitled 'Firm Name', 'Small Business Category', and '% participation'). Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 11 July 2022. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Marcel Hull 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT CAN BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army'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: Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal (see item 2 below). This will need to be completed five (5) business days prior to the proposal due date. Marcel Hull, Contract Specialist at marcel.d.hull@usace.army.mil Josh Westgate, Contracting Officer at joshua.k.westgate@usace.army.mil You will receive an email with the link to submit your drop off. The link will be provided no later than two (2) business days prior to the proposal due date. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR22R0013-FIRMNAME. Click Upload button to send documents. Guest Users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: offerors are advised to follow the DOD SAFE instruction for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Offerors are advised to break the files down to smaller sections in order to upload it to the system. 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: W912QR22R0013- FIRMNAME- VOLUME I W912QR22R0013- FIRMNAME- VOLUME II 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 one page. Proposals shall be in narrative format, organized, and titled so that each section of the proposal 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 each section for each factor. Upload Completion and Deadline: Interested offerors shall submit proposals no later than the date and time specified on the solicitation document. The time and date of the proposal receipt will be upload completion/delivery time and 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. Offerors 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. Offerors 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. 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 formulars shall be unlocked). Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision " FAR 52.215-1, Instruction to Offerors- Competitive Acquisition (Jan 2017), " subparagraph EUR, which is found in 00 21 00 Instructions of the RFP. The Government will endeavor to honor the restrictions against release requested by Offerors, to the extend permitted under United States law and regulations. Bidder Inquiries: Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://ProjNet.org/ProjNet. The attached file titled ProjNet Instructions provides guidance on how to submit and review bid inquiry items. Bidders will need to be a current registered user or self-register into the system. The Bidder Inquiry Key or Quick Add Key for this project is 7M34VI-FF6NKV Note that offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. Only questions pertaining to the Design Services Indefinite Delivery Contract will be entertained. ProjNet will be unavailable for new inquiries during the last 5 calendar days prior to the date of synopsis due date to ensure adequate time is allotted to respond to inquiries. Primary Point of Contact: Marcel Hull Contract Specialist Marcel.D.Hull@usace.army.mil Contracting Office Address: Attn: CELRL-CT PO Box 59 Louisville, Kentucky 40201-0059 United States Place of Performance: USACE Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville KY NOTE: Attachment 1, Sample Past Performance Questionnaire (PPQ) is attached to this posting for reference. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Military

$200,000,000.00

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

3 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
208
Active Projects
107
Bidding Soon
1,653
All Active Projects
795
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.

July 11, 2023

July 11, 2028

img_map_placeholder

Multiple Locations, Louisville, KY

Related To This Project


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.