Architect-Engineer Services; Paver/Pcase Pavement Management System Implementation, CONUS, Alaska and Hawaii (№11541967)

12 dec

Number: 11541967

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


12-12-2018

Description


Architect-Engineer Services; Paver/Pcase Pavement Management System Implementation, CONUS, Alaska and HawaiiSolicitation Number: W9128F-17-R-0014
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Omaha

Solicitation Number: W9128F-17-R-0014

Notice Type: Award

Contract Award Date: December 10, 2018

Contract Award Number: W9128F-19-D-0024

Contract Award Dollar Amount: $20000000

Contractor Awarded Name: Pavement Technical Solutions

Contractor Awarded Address: 43133 Huntsman Square
Ashburn, Virginia 20148
United States

Synopsis: Added: Mar 27, 2017 1:44 pm Modified: Apr 14, 2017 3:12 pm

Track Changes SF330 version has been corrected and the current version of the SF330 available at the GSA website is dated 8/2016.


1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work of PAVER/PCASE Pavement Management System Implementation, Various Military and other Government Installations, Continental United States (CONUS), Alaska and Hawaii. Target four (4) indefinite delivery indefinite quantity (IDIQ) contracts to be negotiated and awarded, with a five year ordering period and $20000000 pooled capacity. There will be no task order minimums, and task order maximums will be limited to amount of available remaining contract capacity. Work will be issued by negotiated firm-fixed-price task orders. When two or more indefinite delivery contracts (IDCs) available to the procuring agency contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will have available for consideration the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, professional qualifications necessary for satisfactory performance of required services, uniquely specialized experience and technical competence in the type of work required, knowledge of locality and equitable distribution of work among the contractors. North American Industrial Classification System code is 541330, which has a size standard of $15000000 in annual average gross receipts over the past three years. Competition for this procurement is restricted to Small Business (SB) concerns. Selected and successful firm(s) will be required to comply with the subcontracting limitations as set forth by the FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING, wherein stated in pertinent part, ‘Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Award of the four targeted contracts is anticipated between July and September 2017. To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM). Registration is free and can be accessed at: http://www.sam.gov. Ensure representations and certifications in SAM are current.

2. PROJECT INFORMATION: The scope of this Small Business IDC(s) is for PAVER/PCASE Pavement Management System Implementation, Various Military and other Government Installations, CONUS, Alaska and Hawaii. The primary types of services to be provided under this contract include PAVER Pavement Management System implementation on roads, parking areas and airfields and updating, testing, and maintenance of the PAVER/PCASE software. Other services which may be provided include, but are not limited to: PAVER training for installation personnel, non-destructive testing of pavements using a Falling Weight Deflectometer and design of small pavement projects. Most projects will be located on Army and Air Force installations.


The AE selected would be required to have sufficient staff, flexibility and capability to be available on an as-needed basis. Services for specific facilities or projects will be assigned by Task Orders on the IDIQ contract(s) established as a result of this solicitation. Each task order to be issued will identify all work to be accomplished. All projects will be located within CONUS, Alaska and Hawaii.


PAVER Pavement Management System implementations will typically include creation of the pavement network (networks, branches, section, sample units) in GIS and verification of the network in the field, establishing/updating linear segmentation for all pavement sections in the network, adding/updating work history, collection of condition data using manual or semi-automated methods, photographing surveyed sample units, developing prediction models, creating rate of deterioration tables, performing condition analysis, updating PCI vs. cost models, performing 10-year work planning analysis, developing a list of future projects using the PAVER project formulation tool, providing project formulation out-brief meeting, reviewing PAVER database with user, and generating implementation reports. PAVER implementations will use the current version of the PAVER software. Most PAVER implementations will be for roads and parking areas on Army installations using manual data collection methods. PAVER implementations on Air Force installations may include roads, parking areas, and airfields.


Updating, testing, and maintenance of the PAVER/PCASE software. The PAVER/PCASE source code will be modified to include new software features/capabilities and correct errors as directed by the Government. New versions of the PAVER/PCASE software will be released periodically by the Government. All computer software developed (including source code) or computer software purchased under this contract shall remain the property of the U.S. Government. All Contractor employees (U.S. Citizens and Non-U.S. citizens) working under this contract who required access to Automated Information Systems (stand along computers, network computers/systems, e-mail) shall, at a minimum, be designated into a ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation.


3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria ‘a" through ‘e" are primary. Criterion ‘f" and ‘g" are secondary and will only be used as a ‘tie-breaker" among firms that are essentially technically equal.


a. Specialized Experience and Technical Competence. Submittals shall demonstrate the specialized experience and technical competence to execute the types of projects and activities as indicated above in paragraph 2, PROJECT INFORMATION, and in the list of sub-items (i) through (iii) below. The sub-items below are listed in descending order of importance. (SF 330, Part I, Section F)


(i) Experience implementing the PAVER Pavement Management System using the PAVER software and manual pavement distress data collection. Submit no more than eight (8) examples of PAVER implementation projects using the PAVER software and pavement management system and manual distress data collection. Example projects should be submitted for both roads and airfields. PAVER implementation experience on Army or Air Force installations is desirable but not essential. Only relatable experience that has occurred in the last five years should be included in the submittal. Project examples submitted should be of completed projects. All projects cited shall identify start/complete dates, project size (pavement area, cost and scope) and tasks performed. In addition to the example projects above, include a list (SF 330, Part I, Section H) of any other PAVER implementations using manual pavement distress data collection completed within the last five years including location, customer, pavement type (roads, parking areas, airfields, etc.) and area of pavement inspected.


(ii) Experience testing, maintaining, and updating the PAVER software. Indicate experience writing source code for the PAVER software and what versions were completed. Experience writing the source code for version 7 of the PAVER software is required. Using the PAVER software for implementations is not applicable.


(iii) Experience implementing the PAVER Pavement Management System using the PAVER software and semi-automated pavement distress data collection. Submit no more than two (2) examples of PAVER implementation projects using the PAVER software and pavement management system and semi-automated distress data collection. Project experience on Army or Air Force installations is desirable but not essential. Only relatable experience that has occurred in the last five years should be included in the submittal. Project examples submitted should be of completed projects. All projects cited shall identify start/complete dates, project size (pavement area, cost and scope) and tasks performed.


b. Professional Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, relevant experience and longevity with the firm. Experience working on applicable Army and Air Force projects is desirable and should be identified. (SF 330, Part I, Sections E & G).


Provide resumes for a minimum of two (2) project managers (team leaders), Project managers should be a U.S. registered Professional Engineer and have at least five (5) years of experience implementing the PAVER pavement management system.


Provide resumes for a minimum of two (2) civil engineers. Civil Engineers should have a minimum of three (3) years of experience implementing the PAVER pavement management system. Civil engineers should have a thorough knowledge of the PAVER software and PAVER pavement management system and should have several years of experience identifying pavement distresses in accordance with ASTM D6433. Experience creating PCI and M&R family models, performing condition analysis, and performing M&R work planning should be indicated. Civil Engineers should be a U.S. registered Professional Engineer. List recent PAVER software training attended.


Provide resumes for a minimum of two (2) Engineering Technicians. Engineering Technicians should have at least three (3) years of experience implementing the PAVER pavement management system. Engineer Technicians should have several years of experience identifying pavement distresses in accordance with ASTM D6433. Knowledge and experience using the PAVER software is desirable. Experience creating PCI and M&R family models, performing condition analysis, and performing M&R work planning should be indicated. List recent PAVER software training attended.


Provide resume for a minimum of one (1) GIS Technician. GIS Technician should have at least one (1) year of experience creating/updating PAVER GIS network shapefiles.


Provide resumes for a minimum of two (2) Senior PAVER/PCASE Software System Analysts. Senior PAVER/PCASE Systems Analysts should have at least five (5) years of experience updating, testing and maintaining the PAVER software. Experience developing source code for version 7 of the PAVER software is required. Senior PAVER/PCASE Software System Analysts should have a Bachelor"s degree in computer science or equivalent experience.


Provide resumes for a minimum of two (2) Junior PAVER/PCASE Software System Analysts. Junior PAVER/PCASE Systems Analysts should have at least two (2) years of experience updating, testing and maintaining the PAVER software. Experience developing source code for version 7 of the PAVER software is required. Junior PAVER/PCASE Software System Analysts should have a Bachelor"s degree in computer science or equivalent experience.


c. Capacity. Demonstrate capacity to perform nationwide (i.e. CONUS, Alaska and Hawaii). Demonstrate capacity to complete task orders within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish at least four (4) $300000 simultaneous individual task orders, or three (3) $500000 simultaneous task orders. A minimum of two (2) PAVER manual inspection teams composed of two (2) individuals on each team will be required. Additional manual inspection team capacity is desirable. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror"s project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1).


Demonstrate capacity to complete inspections using semi-automated pavement distress data collection.
Indicate the number and capabilities of inspection vehicles available to collect distress data. The equipment used to collect the data should have a minimum of 1 millimeter crack measurement capabilities. Equipment that collects both intensity and range images are preferred over those that only collect intensity images.


Demonstrate capacity to perform non-destructive testing of pavements using Falling Weight Deflectometer (FWD) and Heavy Weight Deflectometer.


A proposed Management Plan shall be presented that includes an organization chart (reference SF330, Part I, Section D) and addresses team organization (reference SF330, Part I, Section C), any anticipated sub-contractors or entities to supplement the design team, quality control procedures, cost control, coordination of in-house disciplines and consultants required to meet work capacity. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2).


Organizational chart should clearly indicate available inspection teams.


d. Past Performance. Past performance on DoD and other contracts with respect to the quality of work and compliance with performance schedules, as determined by CPARS/ACASS and other sources. Submit entire CPARS/ACASS evaluations, not summaries of ratings. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm"s past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.)


e. Knowledge of Locality: Submittals shall demonstrate knowledge of performing the types of projects and activities described in the PROJECT INFORMATION section listed above at multiple locations within CONUS, Alaska and Hawaii.


f. Volume of DOD Contract Awards. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB (SF 330, Part I, Section H, Item 3).


g. SB/SDB Participation. Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors are required to meet the minimum mandatory total small business participation suggested objective/target of 20% of total acquisition value to SBC members. Offerors proposing a higher objective/target than 20% will receive a more favorable evaluation. SBC members can propose work they will self-perform toward small business participation objectives. (SF 330, Part I, Section H, Item 4).


4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of SF 330 Part I, and three (3) copies of SF 330 Part II for the prime firm and all consultants/subcontractors, to US Army Corps of Engineers, Omaha District, ATTN: Nadine Catania (CENWO-CT-M), 1616 Capitol Ave., Omaha, NE, 68102, not later than 2:00pm Central time on the response date indicated in this announcement. SUBMITTAL PACKAGES MUST ALSO INCLUDE A CD CONTAINING A COMPLETE COPY OF THE SUBMITTAL AS A SINGLE PDF FILE (where a ‘complete copy of the submittal" is equal to an SF 330 Part I and Part II combined, where ‘Part II" means a separate SF330 Part II that is complete for the prime firm and each consultant/subcontractor firm). Submittal must clearly identify the announcement number. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 8/2016 edition, must be used, and may be obtained from the following web site:

https://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. The submittal shall have a page limit of 100 pages (total of 100 pages allowed for complete copy of the submittal, ALL-INCLUSIVE). The selection board will not evaluate beyond 100 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. Organizational charts may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature and extraneous materials are not desired and will not be considered. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. If more than 10 projects are submitted, only the first 10 projects will be evaluated. Use no more than two (2) pages per project. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. Past Performance evaluations (CPARS/ACASS, PPQ - reference Paragraph 3.d. above) shall be submitted for each project provided in SF 330, Part I, Section F. SF 330, Part I, Section H (Additional Information) shall contain the following information. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 - Capacity. Reference Paragraph 3.c. above. Provide a 1-2 page narrative discussing the capacity of the design firm to perform nationwide and to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. (2) Item 2 - Management Plan - Include the information requested in Paragraph 3.c. above. (3) Item 3 - Volume of DOD Contract Awards - Reference Paragraph 3.e. above. Provide a complete listing of all DOD A-E awards within the last 12 months. For IDCs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDCs. For all types of contracts, do not include for consideration options that have not been exercised.


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. Facsimile and email submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal.


ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 17 APRIL 2017 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system.


Registration for ProjNet Bidder Inquiry Access
(If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.)
1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed below.
4. Email. Enter the email address you would like to use for communication.
5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.


Entering Bidder Inquiries in ProjNet Bidder Inquiry System
1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.
2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed below.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Click Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.
8. Follow online screen instructions to enter specific bidder inquiries for the project.


The Solicitation Number is: W9128F-17-R-0014
The Bidder Inquiry Key is: Q5EMAR-RHTX9Q


Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.

Added: Dec 11, 2018 1:52 pm There are 4 Awardees in total:
RDM International - W9128F-19-D-0025
14310 Sullyfield Circle, Suite 600
Chantilly, VA 20151

Applied Pavement Technology - W9128F-19-D-0026
115 W. Main Street, Suite 400
Urbana, IL 61801

All About Pavements - W9128F-19-D-0027
904 Strawberry Court
Purcellville, VA 20132

Contracting Office Address: Attn: CENWO- CT
1616 Capitol Ave
Omaha, Nebraska 68102-4901
United States


Primary Point of Contact.: Dawn S. Barnett

[email protected] Phone: 4029952091