Oregon Bids > Bid Detail

A/E Services for Seawall Study @ Tongue Point Job Corps Center

Agency: LABOR, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159937276326654
Posted Date: Jan 17, 2023
Due Date: Feb 17, 2023
Solicitation No: 1605AE-23-R-00007
Source: https://sam.gov/opp/e0c0532022...
Follow
A/E Services for Seawall Study @ Tongue Point Job Corps Center
Active
Contract Opportunity
Notice ID
1605AE-23-R-00007
Related Notice
Department/Ind. Agency
LABOR, DEPARTMENT OF
Sub-tier
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Office
JOB CORPS ACQUISITION SERVICES
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 17, 2023 01:54 pm EST
  • Original Response Date: Feb 17, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Astoria , OR 97103
    USA
Description

Request for SF 330s - A/E Services for Seawall Study at the Tongue Point Job Corps Center



The U.S. Department of Labor/OASAM/OSPE/Job Corps Acquisition Services is issuing this notice for the procurement of Architecture Engineering (A-E) Services to complete a Seawall Study for the Tongue Point Job Corps Center (TPJCC) in Astoria, Oregon.



This notice constitutes a special situation in accordance with FAR 5.205(d). Firms intending to be considered for evaluation in response to this notice shall submit a SF 330, Architect-Engineer Qualifications, as detailed below section, Submission Requirements.



The project is to provide architecture and engineering services for the Seawall Study at the Tongue Point Job Corps Center in Astoria, OR. The seawall is composed of an outboard timber apron, and a continuous timber sheet pile bulkhead with timber wales. The seaplane ramp is constructed of a concrete deck over steel H- piles. The TPJCC Seamanship Trade program uses one pier to access their training ships and the seaplane ramp is currently only used as a boat ramp for vehicles putting boats in and out of the water.



A recent observation of these structures found that there is extensive damage throughout the bulkhead structural system. Extensive decay was found on members of the bulkhead with existing drain holes, the lower elevation of timber sheet piles, the upper and lower horizontal wales and diagonal braces. The concrete upper portion of the seaplane ramp is in good condition, however the steel H- piles below the water have sustained significant corrosive section loss. Geotechnical investigations indicate that the site is subject to settlement, global lateral spreading and liquefaction.



This procurement is a 100% Small Business Set-Aside.



CONTRACT INFORMATION: The U.S. Department of Labor/OASAM/OSPE/Job Corps Acquisition Services plans to award a contract for A-E services to perform a seawall study. This contract is being procured in accordance with the Selection of Architects and Engineers as implemented in FAR Subpart 36.6. The period of performance for this contract will be 200 (two hundred) calendar days. The North American Industrial Classification System (NAICS) Code is 541330. The Small Business Standard for NAICS code 541330 is $22.5 million.



All A-E firms responding to this notice are advised of the restrictions in FAR 36.209 which prohibits a contract for a construction project being awarded to the firm that designed the project or that firm’s subsidiaries or affiliates. Additionally, FAR Part 9.5, Organizational and Consultant Conflicts of Interest, prohibits an A-E firm being subcontracted to provide services to a Construction vendor on a project where the A-E firm previously completed work.



SELECTION CRITERIA: The source selection criteria for this procurement that will be used in evaluating the Prime and its consultants are listed below in order of importance. (Criterion 1) Contractor’s Experience/Past Performance; (Criterion 2) Specialized Experience of Assigned Project Personnel; (Criterion 3) Qualifications of Assigned Project Personnel; (Criterion 4) Capacity to Perform Work in Required Time; (Criterion 5) Location. Project Teams considered the most highly qualified may have references checked; all submissions shall include a list of references with applicable telephone numbers and contact names. Project Teams still considered the most qualified following the reference checks will be interviewed. SF 330 Submissions failing to respond or provide complete information for each criterion as required by this notice will be determined non-responsive and will be removed from further consideration.




  1. CRITERION 1: CONTRACTOR'S EXPERIENCE/PAST PERFORMANCE

    • Previous Project Experience Similar to this Project’s Scope

    • Project Schedule and Quality of Work

    • Government and/or DOL Previous Experience



  2. CRITERION 2: SPECIALIZED EXPERIENCE OF ASSIGNED PROJECT PERSONNEL

    • Previous Project Experience Similar to this Project's Scope

    • Project Tools/Software



  3. CRITERION 3: QUALIFICATIONS OF ASSIGNED PROJECT PERSONNEL

    • Study Capability

    • Project Management Skills



  4. CRITERION 4: CAPACITY TO PERFORM WORK IN REQUIRED TIME

    • Previous Experience Working as a Team

    • Adequate Staff Size

    • Familiarity with the Area



  5. CRITERION 5: LOCATION

    • Distance of Project Manager to Center

    • Distance of Project Team to Center





SUBMISSION REQUIREMENTS: Interested A-E firms with the capabilities to perform this work shall submit one copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and Part II. All information must be submitted on the SF 330 and shall not include other formats referencing the SF 330 in lieu of submitting the SF 330. A fully completed Part I and Part II sections of the SF 330 must be submitted. An incomplete SF 330 will not be considered for evaluation.



Part I of the SF 330 Architect-Engineer Qualifications must include resumes of key personnel expected to have major responsibilities for the project. Section H of the SF 330 shall be tailored to reflect a strong background in the services as identified above. One copy of SF 330 Part I, Contract Specific Qualifications, which includes projects that are relevant to the type and nature of work for which the firm was responsible is required for the prime firm, and one copy of SF 330, Part II is required for the prime and each of its individual consulting firms, if applicable. Please note that SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile copies will not be accepted.



Submissions shall be in electronic format (Microsoft Word or searchable Adobe Acrobat Portable Document File) only sent via email. The SF 330, Part I, shall have a page limitation of 50 pages. All fonts shall be at least 12 point to include text, tables and figures. Pages shall be 8.5 inches by 11 inches. The Organization Chart required in Part I, Section D, and the Matrix required by Part I, Section G, may be presented on a sheet up to 11 inches by 17 inches. The margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that ½ inch margins are allowed when using the Standard Form 330 template. All pages submitted will be considered as part of the page count with the exception of the following: cover page, table of contents, amendments, CPARS/ACASS, dividers and divider pages/tabs, pages defining acronyms, Part II – General Qualifications, Partnership or JV paperwork, licenses and proof of A/E firm registration. Note: pages in excess of the page limit will not be evaluated.



The SF330/Package must contain the following documents:




  • Identifying cover page (limited to 1 page)

  • Table of Contents

  • Signed SF330

  • Acknowledgment of Amendments if applicable (signed copies of the SF 330)

  • Teaming Arrangements - Partnership or JV paperwork if applicable



Only those firms that submit the required documents by the below submission deadline, will be considered for the review of qualifications. Failure to submit Standard Form 330 Part I and Part II will render the submission unacceptable. Facsimile submissions will not be accepted.



All respondents must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to www.SAM.gov.



RESPONSES TO THIS NOTICE MUST BE RECEIVED NO LATER THAN 2/17/2023, 2:00 PM ET. Submissions received after this time will be viewed as late and will NOT be considered. Submissions shall be delivered via email to the following email address: JCASConstructionProcurement@dol.gov. The email’s subject line shall be structured as follows: Statement of Qualifications – AE Tongue Point Seawall Study – [Company Name].



ALL QUESTIONS SHALL BE SUBMITTED NO LATER THAN 1/27/2023 2:00 PM ET to JCASConstructionProcurement@dol.gov. Questions submitted after this time may not be considered for response. All timely submitted questions and/or comments will be addressed through subsequent amendments posted to this notice. No other means of communication (telephone, fax, etc.) will be accepted.



NOTE: This is NOT a Request for Proposal and Solicitation packages are not provided. Respondents are hereby notified that, if designated as one of the most highly qualified firms, the response time for the issued Request for Proposal (RFP) is anticipated to be 30 calendar days from the date of RFP issue.





Attachments:

1 – Scope of Work (SOW)

2 – SF 330, Architect-Engineer Qualifications


Attachments/Links
Contact Information
Contracting Office Address
  • 200 Constitution Ave NW Room N-4643
  • Washington , DC 20210
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 17, 2023 01:54 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >