Similar Projects
Navy Yard Infrastructure Improvements - City of Philadelphia
Infrastructure
Conception
$3,500,000 CJ est. value
Philadelphia, PA 19102

Upgrade Grounds Space Building 6 Project
Renovation - 400 SF
Design
$100,000 CJ est. value
Philadelphia, PA 19104

Air Handling Unit and Air Duct Cleaning and Sealing
Term Contract
Design
Philadelphia, PA 19112

RFQ - Philadelphia Water Testing
Term Contract
Bidding
Philadelphia, PA 19104

NAVFAC B20 Permanent Power Supply for MCC-C23, PA
Build-out, Renovation
Bidding
$200,000 CJ est. value
Philadelphia, PA 19112

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

NAVFAC Building 1000 AN/BPS-17 Depot, Rm 137 Repair
Renovation
Post-Bid
Philadelphia, PA

Fort Mifflin Building 55 Renovation
Renovation
Results
$200,000 to $400,000 est. value
Philadelphia, PA 19153

Building 2, 30 Refrigerator Condensing Unit & Door Repairs
Renovation
Results
$398,799 CJ est. value
Philadelphia, PA 19104

EHRM Infrastructure Upgrades Design Philadelphia VAMC
Renovation
Post-Bid
$5,000,000 CJ est. value
Philadelphia, PA 19104

Roof Replacement at the Navy Yard
Renovation
Results
$166,287 CJ est. value
Philadelphia, PA 19112

NAVFAC DB Perimeter Wall Repair, Phase 2, NSA-P
Build-out, Renovation
Post-Bid
$1,000,000 CJ est. value
Philadelphia, PA 19114

NAVFAC Replace Steam & Condensate Line between B12 & B4
Build-out, Renovation, Infrastructure
Post-Bid
$300,000 CJ est. value
Philadelphia, PA 19111

NAVFAC B542 Repair Sprinkler System
Build-out, Renovation
Post-Bid
$500,000 CJ est. value
Philadelphia, PA 19112

NAVFAC DB Replace 15KV Feeder Cable, Bldgs. 4, 5, 12
Build-out, Renovation
Post-Bid
$500,000 CJ est. value
Philadelphia, PA 19111

Last Updated 04/29/2023 01:31 AM
Project Title

RFQ - IDIQ Contract for Architectural and General Engineering Services for Marine Shore-side Facilities

Physical Address View project details and contacts
City, State (County) Philadelphia, PA 19102   (Philadelphia County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Apr 20, 2023 Contract Award Number: W912BU23D0001 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LZDBJT88LJM3 Contractor Awarded Name: Moffatt & Nichol Contractor Awarded Address: Walnut Creek, CA 94596-3543 USA Base and All Options Value (Total Contract Value): $22,500,000.00 I. CONTRACT INFORMATION: The Marine Design Center (MDC) is the Army Corps of Engineers' National Center of Expertise for Naval Architecture and Marine Engineering. The Marine Design Center requires assistance in environmental, geotechnical, mechanical, and marine engineering, on-site engineering, inspection, computer-aided design and drafting (CADD), preliminary design, detailed (final) design, and related design studies, analysis and reports for marine shore-side facilities. It is intended to negotiate and award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract, having a total capacity of $22,500,000.00. The average task order value of work is estimated to be $100,000.00 to $1,000,000.00. The guaranteed minimum for the contract term is $10,000 and will be satisfied by the simultaneous award of a task order with the base contract. The contract term will be for a five (5) year period. This contract is being solicited as Unrestricted. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $41,500,000 . This contract(s) 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. II. PROJECT INFORMATION: Following award of the IDIQ Contract, the actual scope of work to be performed will be defined in detail under each individual Task Order. Task Orders will be negotiated and issued as firm fixed price orders under the terms and conditions of this IDIQ Contract. The Government is under no obligation to issue any particular number or type of orders. Labor rates for each discipline, overhead rates and escalation factors for each calendar year of the contract will be negotiated in the base contract with negotiated escalation factors applied to the years of the contract. When determining whether work should be placed under this contract as opposed to other available sources, the Government will consider the following criteria in descending order of importance: A. Relevant specialized experience noted in evaluation factor A of the selection criteria below B. Capacity to accomplish the task order in the required time The principle geographic areas of responsibility for this contract are anywhere within the Continental United States of America, in any or all the Corps Districts within, excluding the USACE North Atlantic Division geographic footprint. This Contract will also allow for work to be performed by the AE Firm for project sites outside of the Continental United States (OCONUS). III. ANTICIPATED SCOPE The primary work will be environmental, geotechnical, mechanical, and marine engineering, on-site engineering, inspection, computer-aided design and drafting (CADD), preliminary design, detailed (final) design, and related design studies, analysis and reports for marine equipment and facilities to support the Marine Design Center and its nationwide customers. Task Orders issued under this contract may include, but not be limited to the following types of work: Design of new and repair and upgrade for vessel docking and mooring facilities, floating piers, fixed pile supported pier design, pier fenders and mooring protection design, analysis of vessel forces on moorings, soils engineering, pile foundations particularly for submerged soils and ice protection of vessels and moorings and design of systems to support channel improvement operations; Site investigation, analysis, design services for dredge material placement to upland disposal sites, with emphasis on environmental issues and necessary approvals; for extending the life of existing upland disposal sites using design modifications, improved pumping or dewatering procedures or dredged material removal systems; for the integration of dredge pipeline systems to optimize the distribution within the upland site to allow for best dewatering and settling, treating water turbidity and silting; and for addressing noise and lighting impacts on neighboring properties; This may also include analysis and modeling of engine emissions from marine vessels and shoreside facilities, assessment of impact on air quality, and support associated with attaining emissions permitting; Support during construction services, site investigation and preparation of technical reports for projects involving floating and fixed piers, pilings, bulkheads and upland dredge disposal sites. IV. SELECTION CRITERIA: The following evaluation factors, A through G form the basis for selectionE are the primary selection criteria and form the basis for selection. Criterion F (small business participation) is a secondary selection criteria and will only be used as a tie-breaker in raking the most highly qualified firms. The criteria are listed in descending order of importance: A. . Specialized experience and technical competence applicable to marine shore-side facilities.: The following areas of organizational expertise and recent experience, areas 1 through 3, are listed in descending order of importance. Organizational experience and recent experience will be evaluated based upon the project examples listed in Section F of the SF 330 with no more than 10 projects listed. The projects shall demonstrate the team's experience and competence with all the areas listed below as applicable to marine shore-side facilities. The prime A/E/ JV Entity shall be included in at least 5 of the projects listed in Section F. Projects completed with the last 5 years will be given more weight than projects completed within the last 10 years. Projects completed more than 10 years ago will not be considered relevant for the purpose of evaluating experienc. . A Complete Project is considered to be any project in which the contract period of performance for the subject experience is closed, deliverables are accepted, and performance evaluations are complete. The participation and involvement by key personnel listed in Sections E and G on the projects submitted in response to this synopsis will be considered relevant for the purpose of evaluating experience. Firms should demonstrate specialized experience in: 1. Organizational expertise in the design of new and repair and/ upgrade for of: vessel docking and mooring facilities, floating piers, fixed pile supported pier design, pier fenders and mooring protection design, analysis of vessel forces on moorings, soils engineering, pile foundations: particularly forin submerged soils and, used for ice protection of vessels and moorings, and design ofas included in systems to support channel improvement operations; 2. Organizational expertise necessary to provide site investigation, analysis, design services for : dredge material placement to upland disposal sites, with emphasis on environmental issues and necessary approvals; for . extending the life of existing upland disposal sites using design modifications, improved pumping or dewatering procedures or dredged material removal systems; for the . integration of dredge pipeline systems to optimize the distribution within the upland site to allow for best dewatering and settling, treating water turbidity and silting; and for . addressing noise and lighting impacts on neighboring properties: 3. Organizational expertise to provide support during construction services, to include site investigation and preparation of technical reports for projects involving: floating and fixed piers, pilings, bulkheads, and upland dredge disposal sites; . B. Core staffing of a team of professionally registered multi-disciplined Engineers and Scientists to include but not be limited to Civil, Structural, Coastal, Hydro-geologist, and Geotechnical supported by either in-house or a demonstrated network of professionally qualified Mechanical Engineers, Environmental Engineers, Biologists, Electrical Engineers, Naval Architects, Marine Engineers, Certified Industrial Hygienists, and specialty sub-contractors. CAPABILITY REQUIREMENTS OF PRIME A/E: The Prime Architect/ Engineer's (A/E's) staffing must include professionals experienced in the following areas of expertise: Civil Engineering related to Marine Shore-side Facilities: Vessel Docking, Mooring Facilities and Piers Structural Engineering Soils/Foundations Roadways and Pavements Utility Systems Site Drainage/Stormwater Management Soil Erosion and Sediment Control Upland Dredge Material Disposal Sites Design and Optimization Coastal Engineering Hydraulics and Hydrology Scour ADDITIONAL CAPABILITY REQUIREMENTS: The Prime A/E or their Subcontractor(s) staffing must include professionals experienced in the following areas of expertise. Mechanical Engineering HVAC Energy Analysis Fire Protection Systems Plumbing Electrical Engineering EMCS Systems Power Distribution Systems Alarm Systems Communications Systems Lighting Naval Architecture Marine Engineering Hydrology and Hydraulics Environmental Engineering Certified Industrial Hygienist Biology Sustainable/Green design and analysis. Surveying and Utility Verification Estimating Specification and Technical Writing Drafting/Computer Aided Design and Drafting 2D (AutoCAD) & 3D (Solidworks) Construction Quality Assurance Network Analysis/Critical Path Method (CPM) Architectural Renderings/Physical Models Specification writing Crane Design & Safety The organization, including subcontractors where applicable, shall be structured for contractual and practical ease of operation, and shall have at their disposal all necessary resources, including computers and specialty software, to simultaneously accomplish the efforts under the contract. All work shall be reviewed and approved by registered professional engineers; Evidence of previous historical relationships with subconsultants shall be provided in the form of a narrative in Section H of the SF 330. Evaluation of qualifications will primarily consider relevant education, registration, and training and overall relevant experience using information provided from Section E (resumes of personnel) of the SF 330. Resumes provided in section E shall be limited to 2 pages each. All relevant project experience of individuals will be considered. The matrix in Section G showing experience of the proposed personnel on the projects listed in Section F will also be used as part of the evaluation. C. Capacity to accomplish the work in the required time parameters. The submission shall demonstrate the capability of the organization to perform up to $4.5 million in work of the required type within a one-year period. Additionally, tThe prime A/E/ JV Entity shall also demonstrate the capability of performing over 50% of the work anticipated under this contract. The evaluation will consider the availability of an adequate number of personnel in the disciplines described in paragraphcriteria B. above as presented in sSection E. (Resumes of Personnel) of SF 330. As a secondary measure ts C,D, E, H, of the SF 330. The evaluation will also consider the numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a SF 330 Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. The evaluation will also consider a delineated project team structure demonstrating prior team experience and successful project management. The team coordination and management shall demonstrate effective and responsive communication to the with respect to the execution of the contract administration and management, engineering and drafting performance and work product review. D. Past performance, if any, of the firm with respect to performance on Government and private contracts. References and letters of recommendations from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Any letters should be for projects of similar/relevant nature. Contracts referenced and information such as letters provided shall be no older than 5 years from the date of this solicitation. Information provided with the submission as well as a review of the CPARS system will beconsidered in the evaluation. E. A delineated project team structure with prior team experience that demonstrates that the team coordination and managementPPQs may also be provided in Section H. CPARS is preferred but a PPQ is acceptable if CPARS isn't available / possible. Information provided with the submission as wiell be effective and responsive to the Government with respect to the execution of the contract administration and management, engineering and drafting performance and work product review;as a review of the CPARS system will be considered in the evaluation. F. E. Capability and experience to generate all output data in electronic format, including AutoCAD electronic files for all drawings; Evidence of capability and experience shall be provided in the form of a narrative in Section H of the SF 330. G.F. Extent of participation of Small Businesses, Small Disadvantaged Businesses, HUBZone, 8(a), Women Owned, Service-Disabled Veteran Owned Business, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. Please note that there are no small business participation goals for this procurement, however, upon request subcontracting plans will be assessed in accordance with FAR 19.704. IV. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revision 07/2021) Parts I and II for the prime A/E firm and Part II for each/any subconsultant, to the U.S. Army Corps of Engineers. Please note that Part I does not have a specific page limit as whole, however, Section H should be limited to 50 pages, not including past performance questionnaires. Submission packages may be mailed or hand delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643 100 Penn Square East, Contracting Division ATTN Anastasia Moffatt, Philadelphia, PA 19107-3390 or emailed to Anastasia.E.Moffatt@usace.army.mil not later than 5:00 PM EST on February 3, 2022. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. It is requested that vendors provide their completed SF330's and signed copies of all Amendments (SF30) posted from this synopsis on a CD, USB or DVD only. (No paper or email submittals will be accepted).Firms that submit on CD, USB, or DVD are required to submit two (2) copies. (No paper submittals will be accepted). Deadline for any additional questions is 4PM on 25 JAN 2022. All contractors are advised that registration in the DODs System for Award Management (SAM.gov) Database is required prior to award of a contract. Failure to be registered in the SAM Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the Web Site http://www.sam.gov or you may call (866) 606-8220 (available 24 hours, 7 days a week). The Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. This is not a request for proposals. No other notification to firms for this project will be made. In accordance with the FAR 36.601-4(b) - contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm's elimination from further evaluation. (this statement is based on criterion A and E) The method of contractor is not determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents