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 New York, New York. Contact the soliciting agency for additional information.

As of 22 August 2024: Response date has been updated to 03 September 2024. As of 07 August 2024: Project synopsis has been updated below. This is a combined synopsis/solicitation, Indefinite Delivery Contract for Architect-Engineering (A-E) Services to support planning efforts, including but not limited to flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. Services are to be primarily concentrated on studies within the Corps of Engineers' New York District's jurisdiction and other Corps of Engineers' locations within NAD/MSC boundaries. Selection will be in accordance with Brooks Act (Public Law 92-582) procedures. This announcement constitutes the only solicitation. The Solicitation Number is W912DS-24-R-0021. Proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: This contract is procured in accordance to the Brook's Act EP_715-1-7 and FAR 16.505(b)(1). An AE firm will be selected from this announcement based on demonstrated competence and qualifications for the required work. One (1) Indefinitely Delivery Contract will be negotiated and awarded. This Single Award Task Order Delivery Contract (SATOC) will consist of one (1) award to (1) small-business set-aside. The length of this anticipated contract award will be a maximum of 60-months and will not include option periods. The contract amount will not exceed $9,900,000. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or type of order is not issued. However, the Government guarantees a minimum ordering obligation of $35,000 for the basic contract (NOTE: This is a minimum ordering obligation: NOT a minimum payment. The contractor shall only be entitled to break of contract damages, (i.e., anticipated profit for an order of this amount and provide standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee). Labor rates for each discipline, overhead rates, and escalation factors for each calendar year will be negotiated in the base contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th, and 5th calendar years of the contract. This IDC is anticipated to be awarded in March 2025. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instruction for new registration is also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at https://sam.gov or by calling at (866) 606-8220. Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information required by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. 2. PROJECT INFORMATION: This contract will provide non-project or study specific architect and engineering services primarily for flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. At a minimum, study components will consist of reconnaissance reports, feasibility reports and/or revaluation reports, including but not limited to all technical support tasks. This work is within the Corps of Engineers' New York District's jurisdiction and other Corps of Engineers' locations within NAD/MSC boundaries. However, the main focus of this work is within the New York District boundaries. Implied services include, but are not limited to plan formulation, economics (including HEC-FDA, BEACH-fx, and G2CRM modeling), structure inventories, surveying, interpretation and integration of typographic/bathymetric surveys, biological and cultural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, public affairs, cost inventory, cost estimating, and incremental cost risk analyses for incorporation into Civil Works and related National Environmental Policy Act (NEPA) documents. Other tasks may include non-A-E services that will only be incidental to the A-E services, including real estate inventory and/or real estate assessments if USACE needs to know conditions of property for design; or for field investigations in support of NEPA documentation, including civil design/structural engineering (especially as related to design of habitat); geotechnical work; study of estuarine ecology; ecosystem restoration design; habitat evaluation; and environmental analysis and assessments as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports, incorporating data from feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing. 3. SELECTION CRITERIA: The selection criteria for contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E, inclusive, are primary. Criteria F and G are secondary and will only be used as 'tie-breakers' among firms that are essentially technically equal. Primary Selection Criteria: A. Specialized Experience and Technical Competence -- (1) Specialized experience and technical competence in the type of work required, as described in "Project Information" above. Special qualifications include but are not limited to: capability and experience with specialized computer programs such as IWR Plan, Habitat Assessment Models, HEC-FDA, HEC-RAS, HEC-HMS, MII (MCACES and Crystal Ball), for development of cost estimates, Microstation, Arc View and tunneling programs; water resources planning, formulation and evaluation through flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor's submittal must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure a quality product. (2) Demonstrated ability to produce quality products in support of the feasibility phase. Evaluation will be based on the firm's analysis and design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors, and quality control procedures. The basis for the evaluation will be the information in Section H of SF 330. Examples of the disciplines involved, but not limited, are the following: through flood risk management, coastal storm damage reduction, navigation, ecosystem restoration, structural flood risk management alternative analysis and design; non-structural flood risk management alternative analysis and design, including buyouts; open channel hydraulic analysis and design; other flood damage and benefit analysis, including hydrodynamic analysis of fluvial and interior drainage systems; hydrodynamic modeling; hydraulic/hydrologic engineering; hydrographic surveys and mapping (the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological, and cultural resources surveys); littoral budgeting; beach, coastal, and coastal inlet structural design; recreational analysis; beach surveys; mapping, including beach profiling and waterway cross-section; demonstrated ability to perform offshore subsurface exploration; aerial photography; environmental assessment; cultural resources assessment; geotechnical engineering; GIS data; cost estimating; and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. Other tasks may include civil design/structural engineering (especially as related to design of habitat); geotechnical work; study of estuarine ecology; ecosystem restoration design; habitat evaluation; and environmental analysis and assessments as related and required for all phases of alternatives evaluation, project design and implementation, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports, incorporating data from feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, which integrates HTRW assessments and chemical and physical soil borings and sediment testing, and investigations in support of Section 106 of the National Historic Preservation Act of 1966, as amended. (3) Experience in watershed planning reflecting a systematic and comprehensive approach (incorporating multiple purposes and objectives, recognizing the dynamic nature of the economy and the environment and variability of other social effects over time) for the purpose of water resources problem solving and decision making. B. Professional Qualifications -- Professional qualifications necessary to satisfactorily perform the required services require the submittal of a resume. Key disciplines include but are not limited to the following: 1. Project Manager 2. Archaeologist - Historic/Prehistoric 3. Archaeologist - Principal Investigator 4. Architect - R.A. required 5. Architectural Historian 6. Biologist 7. Civil Engineer (P.E. required) 8. Coastal Engineer with experience in coastal processes analysis and coastal structures, such as bulkheads, jetties, groins, and shore 9. Cost Engineer with MII cost estimate experience 10. Cultural Resources Specialist/Technician 11. Ecologist/Environmental Scientist 12. Economist with experience in performing cost/benefit analysis on civil works projects, especially on flood risk management projects, coastal storm damage reduction, navigation, and ecosystem restoration. 13. Electrical Engineer (P.E. required) 14. Engineering Technician 15. Environmental Engineer 16. Geographer/GIS Specialist 17. Geologist/Hydrogeologist 18. Geotechnical Engineer 19. Graphic Designer 20. Habitat Assessment Specialist (Resume required) 21. Historian 22. HTRW Assessment Specialist 23. Hydraulic/Hydrologic Engineer (P.E. required) 24. Hydrodynamic modeler 25. Land/Hydrographic Surveyor 26. Landscape architect 27. Mechanical Engineer (P.E. required) 28. Public Relations Specialist 29. QA/QC Specialist 30. Real Estate Assessment Specialist 31. Social Scientist 32. Soil Scientist 33. Soil/Dredging Engineer 34. Structural Engineer (P.E. required) 35. Survey Technician 36. Technical Writer 37. Water Resources Planner The Principal Investigator/Archaeologist, Historian, Historic/Prehistoric Archaeologists and Architectural Historian must meet or exceed the standard qualifications identified by the National Park Service. The contractor should be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures, and with the general geographical area, especially with the boundaries of the New York District. Evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of SF 330. Supervisory and/or key personnel should have Professional Engineer (P.E.), Professional Geologist (P.G.), Project Management Professional (P.M.P.), or Professional Land Surveyor (P.L.S.) certification. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in the States of New York and New Jersey. C. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined by FAR 42.15 by reviewing the Contractor Performance Assessment Report System (CPARS) and other resources. D. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: coastal engineering, civil engineering, economics, and quantity estimators. E. Knowledge of local conditions within New York District boundaries, specifically local construction methods (key disciplines: hydrologic engineer, hydraulic engineer, geotechnical engineer, cost engineer, structural engineer, civil engineer, coastal engineer, biologist and economist); local and regional prehistory, history and archaeology (key disciplines: principal investigator/archaeologist, historian, prehistoric/historic archaeologist, architectural historian) and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key disciplines as stated in Section E of SF 330. The more New York District area projects listed, the higher the rating. Secondary Selection Criteria: F. Extend of participation of small business (SB), veteran-owned small business (VOSB), service-disabled small business, HUBZone, small-disadvantaged business, woman-owned small business, and minority institutions in the proposed contract team is measured as a percentage of the total estimated effort. G. Geographic Proximity to NY District boundaries. H. Volume of work previously awarded to the firm by the Department of Defense, with the objective of effecting an equitable distribution among qualified AE firms, including small business, Veteran-Owned small business, service-disabled small business, HUBZone, small-disadvantaged business, woman-owned small business, minority institutions, and firms that have not had prior DoD contacts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than three (3) pages. Interested prime firms having the capabilities to perform these services must submit (1) PDF copy of a comprehensive SF330s which include all sub-consultant's information. The SF330 can be found on the following GSA website: http://www.gsa.gov/forms-library/architect-engineer-qualifications. The forms can be downloaded into a .PDF file type. The forms can be downloaded in a .PDF file type. Each key office on the team should include the prime firm's CPARS number in Block H, SF330s. For CPARS information, call (207) 438-1690. The total number of pages for the entire SF330 is limited to 135 pages. Section E is limited to 80 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers, front dividers, front and back covers, cover letter and Part II of the SF330 do not count towards overall page limit. Tabloid size paper 11" x 17" pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on USACE's New York District website: http://www.nan.usace.army.mil/Business-With-Us/Engineering-Division. Firms must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government Solicitation. For information, visit the SAM website at: https://www.sam.gov. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitations. For more information, visit the SAM website at: https://www.sam.gov. NAICS Code 541330. Submit three (3) completed SF330's in PDF format to Denisse.M.Soto@usace.army.mil. Maximum file size to send is 20GB. If overall SF330 is larger than 20GB, please break up the file into smaller files. DO NOT MAIL SF330s (CD or Hard Copies) TO THE CONTRACT SPECIALIST AT 26 FEDERAL PLAZA. Doing so, will delay the AE selection/award process. For questions regarding this action, contact Denisse Soto via email at Denisse.M.Soto@usace.army.mil. If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection. Notification of all firms will be made within (10) calendar days after final selection approval. In addition to the two (2) items listed above, the remaining information on Release of Information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference, or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Water / Sewer

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

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
964
Active Projects
568
Bidding Soon
7,485
All Active Projects
3,102
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 projects. Build 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 27, 2025

img_map_placeholder

Multiple Locations, New York, NY

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.