Back to tenders & grants page
C--BDO Scour Hole
Receive Tenders like this by email

C--BDO Scour Hole

C--BDO Scour Hole has been closed on 05 Apr 2021. It no longer accepts any bids. For further information, you can contact the INTERIOR, DEPARTMENT OF THE.BUREAU OF RECLAMATION.MP-REGIONAL OFFICE

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

INTERIOR, DEPARTMENT OF THE.BUREAU OF RECLAMATION.MP-REGIONAL OFFICE

Industry:

Business Services

Status:

Closed

Timeline

Published:

05 Mar 2021

Deadline:

05 Apr 2021

Value:

Not available

Contacts

Name:

Kibathi, Sarah

Phone:

916-978-5445

Description

https://sam.gov/opp/00c0127e95e841ac8c7ffddc1ad20d77/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
PRESOLICITATION NOTICE: THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER (A-E) QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. GENERAL INFORMATION: The Bureau of Reclamation (Reclamation) is seeking sources and intends to award a firm-fixed price contract for Architect-Engineering (A-E) services. The contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute (formerly known as the Brooks Architect Engineering Act) and Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This project is a 100% total small business set aside. The NAICS Code for this procurement is 541330 - Engineering Services, which has a small business size standard is $16,500,000.00. The PSC is C219 - Architect & Engineering - General ¿ Other. The contract will include a three-year period of performance, estimated to begin April 2021. The estimated value of this requirement ranges between $1,000,000.00 and $5,000,000.00. The selected and successful firm will be required to comply with the subcontracting limitations as set forth in FAR 52.219-14 Limitations on Subcontracting, ¿Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: Due to erosion, a large depression formed in the San Joaquin River near its junction with the Old River in Lathrop, CA, known as the scour hole. The scour hole provides a unique advantage for predators of juvenile salmon, greatly increasing the salmon mortality rates as a result. The purpose of this requirement is to plan and implement measures that reduce the predation intensity. Description of Services: ¿ Perform structural evaluation to determine physical and structural characteristics of scour hole ¿ Complete preliminary assessment of potential solutions ¿ Develop and implement screening criteria to analyze potential solutions ¿ Complete feasibility level designs and cost estimates for three potential solutions ¿ Prepare environmental impact statement and draft necessary permit applications ¿ The A-E firm selected would be required to have sufficient staff, flexibility, and capacity to perform all tasks See attached draft performance work statement for more details. 3. SELECTION PROCESS: Firms submitting a SF-330 package in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. At least three (3) of the highest rated firms in accordance with FAR procedures will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of interviews with the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for interviews will be notified by email of selection and provided further instructions to include the evaluation criteria requirements. After the interviews conclude, the firms will be evaluated, and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit may be requested for the highest rated firm during the negotiation process. Award selection will be made based on the results of discussions and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Price will be evaluated for fair and reasonableness as part of the final award process. 4. SELECTION CRITERIA: Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. (1) Professional Qualifications: The evaluation will consider education, registration, overall relevant geotechnical engineering design experience with relevant projects, and longevity with the firm. (2) Specialized Experience: The evaluation will consider specialized experience in performing: (i) Geotechnical design as described above. (ii) Subsurface investigation as described above. (iii) Inspection services as described above. (iv) Familiarity with fish and river habitats (3) Capacity to Accomplish the Work in the Required Time: Capacity to perform approximately $1,000,000.00 to $5,000,000.00 in work of the required type in a three-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment. (4) Past Performance: Past performance on Bureau of Reclamation and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS and other sources. Letters of recommendation, endorsements, and other relevant information submitted by the A-E firm will be considered. (5) Knowledge of the Locality: The evaluation will consider the firm¿s knowledge of the intersection of the Old River and San Joaquin Rivers and surrounding areas, near Lathrop, CA. (6) Geographic Location of the firm: The most advantageous location would be nearest to Lathrop, CA. 5. PHASE I SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format for that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit one (1) SF-330 Statement of Qualifications via email to the Contracting Officer, Sarah Kibathi, at [email protected]. This shall include SF-330 and any applicable attachments. All Responses are due on or before 10:00 AM PT on Monday, April 5, 2021. The SF-330 shall be submitted in one email. No hard copies will be accepted. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at https://www.gsa.gov/forms-library/architect-engineer-qualifications). The page limitation of the SF-330 shall not exceed a total of 50 pages. This includes title page, table of contents past performance questionnaires, and any other relevant information. All SF-330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and phone number of the Primary Point of Contact. All questions shall be submitted via email to the Reclamation point of contact: [email protected]. NOTE: Only submissions from small business concerns will be acceptable for this project. All firms must be registered in the System for Award Management (SAM) database (SAM.gov) at time of submission of their qualifications. SF-330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package. It is the offeror¿s responsibility to check the Federal Business Opportunities website at: beta.SAM.gov for any revisions to this announcement prior to submission of SF-330s. See Attachment 1 for more details on submission requirements. See attached documents: ATTACHMENT 1 ¿ Submission Requirements Checklist ATTACHMENT 2 ¿ Past Performance Questionnaire ATTACHMENT 3 ¿ Blank SF-330 ATTACHMENT 4 ¿ Draft Performance Work Statement

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more