Loading...
W9123726RA009
Response Deadline
May 30, 2026, 8:00 PM(EDT)29 days
Eligibility
Contract Type
Presolicitation
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. This announcement is for the procurement of an Architect-Engineer Indefinite Delivery Contract for Inland Navigation and Water Resources Planning Services assigned to Districts within the U.S. Army Corps of Engineers the Great Lakes and Ohio River Division (LRD). Geographical boundaries for LRD include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville, and Pittsburgh Districts. One indefinite delivery contract will be negotiated and awarded with a one (1) year base period and four (4) one-year option periods. The amount of the contract, including the base and all options, will not exceed $20,000,000.00. Work will be issued by negotiated firm-fixed price task orders. This announcement is restricted to small businesses only. The North American Industrial Classification System code (NAICS) is 541330, which has a standard size of $16,500,000.00 in average annual receipts. Limitations on subcontracting are referenced in FAR Clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A corporate Quality Control Plan (QCP) will be required at the time of award. Each task order will require a task specific Quality Control Plan (QCP) and if site work is required, a Site Specific Safety and Health Plan in accordance with the USACE Engineering Manual (EM) 385-1-1. To be eligible for contract award, firms must be registered in the System Award Management (SAM) at the time of submission (FAR 4.1102). Register via the SAM website at https://www.sam.gov/portal/public/SAM.
2. PROJECT INFORMATION: The A-E services to be provided under this contract will include but not be limited to: water resources planning; transportation system modeling and benefit estimation; economic impact analyses; bulk, neobulk, and container flows and projections; social impact analyses; shipper and carrier surveys and interviews; historic properties and cultural resources; freight transportation rate and cost analyses; physical and biological baseline condition; national and regional demographic and economic forecasts; environmental impact assessments; navigation externality analyses; biological assessments; intermodal operations planning and industrial/port site identification and investigation; plan alternatives identification, formulation, analysis and cost evaluation; inland shallow draft and deep draft fleet inventories and forecasts; risk and uncertainty analyses; resource and market surveys and analyses; master planning; discrete event simulation analyses of freight transportation features; public involvement programs; database management and interface design, implementation, and maintenance; watershed planning; shallow and deep draft inland navigation planning; financial analysis and planning; mathematical programming; inventory of recreational resources/facilities; recreation demand modeling and forecasting; marketability and feasibility analyses; regional economic forecasting procedures; ecosystem restoration techniques/measures; development of feasibility level/preliminary concept plans; community planning; site planning; terrestrial and aquatic environmental design; architectural renderings; landscape architectural planning and design; landscape design and plant materials plans; visual resource analysis; geospatial data interpretation and management; and post flooding event damage compilations. Work under this proposed contract may require the performance or approval of a registered or licensed architect or engineer. The work and services may also include general development of feasibility reports. All work shall be accomplished in accordance with the National Environmental Policy Act, National Historic Preservation Act and the Endangered Species Act.
3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub- criterion). Criteria A through E are primary. Criteria F is a secondary factor and will only be used as a “tie-breaker” among firms that are essentially technically equal.
A. Specialized Experience and Technical Competence: As listed below in descending order of importance; firms must demonstrate specialized and relevant experience and technical competence, availability of both staff and equipment to perform, monitor, and otherwise accomplish the defined work:
(1) Water Resources Planning
(2) Environmental Impact Assessments
(3) Economic impact analyses
(4) Physical and Biological baseline condition
(5) Historic Properties and Cultural Resources
(6) Freight transportation rate and cost analyses
(7) National and regional demographic and economic forecasts
(8) Transportation system modeling and benefit estimation
(9) Navigation externality analysis
(10) Biological Assessments
(11) Intermodal operations planning and Industrial/port site identification and investigation
(12) Plan alternatives identification, formulation, analysis and cost evaluation
(13) Shipper and carrier surveys and interviews
(14) Bulk, neobulk and container flows and projections
(15) Inland shallow draft and deep draft fleet inventories and forecasts
(16) Risk and uncertainty analyses
(17) Discrete event simulation analyses of freight transportation features
(18) Public involvement programs
(19) Database management and interface design, implementation and maintenance
(20) Watershed Planning
(21) Shallow and deep draft inland navigation planning
(22) Financial analysis and planning
(23) Mathematical programming (linear programming, genetic algorithm, GAMS, C-plex, and other solver and optimization techniques)
(24) Ecosystem restoration techniques/measures
(25) Terrestrial and aquatic environmental design
(26) Inventory of recreational resources/facilities
(27) Master planning
(28) Recreation demand modeling and forecasting
(29) Marketability and feasibility analyses
(30) Regional economic forecasting procedures
B. Professional Qualifications: The evaluation of professional qualification will consider relevant experience (including years of relevant experience), education, professional registrations/licenses/certifications, and longevity with the firm. The firm should indicate professional registrations/licenses/certifications, and specific work experience of key personnel.
Qualified professional personnel in the following areas to accomplish the work include: Water Resources Planners, Economists (Transportation), Regional Economists/Regional Scientists, Transportation Planners, Ecologists, Biologists(General), Landscape Architects (Council of Landscape Architectural Registration Boards (CLARB) certified), Community Planners (American Institute of Certified Planners certified), Archeologists, Sociologist/Historian/Folklorists, Anthropologists, Econometricians, GIS Specialist Technicians (Office production and Field Crew), Outdoor Recreation Planners, Database Administrators (Oracle, Access, SQL), Operations Research Analysts, Programmers (Fortran, SIMSCRIPT, C+, C#, Visual Basic), Statisticians, Urban/Regional Planners (American Institute of Certified Planners certified), Project Managers, Economists (Natural Resource), Economists (Agricultural), Economists (Environmental), Aquatic Biologists, Botanists, Malacologists, Technicians, Engineer (Civil), Engineer (Structural), Engineer (Cost), Clerical person, Web Designers (HTML, Cold Fusion, Java, .NET), Geograpers, Architectural Historians, Architects (American Institute of Architecture Certified), Historical Architects, Geomorphologist, Archeological Field Technicians, Archeological Field Director Graphic Illustrators/Artists, Software Engineers, Draftsmen, Geologist/Soil Scientists, Geophysicists, Public Financing Specialists, Museum Specialists, Curators, and Technical Writers.
C. Past Performance: Firms must demonstrate past performance in work similar in technical scope on Department of War (DoW) and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. PPIRS is the primary source of information on past performance. Verifiable, documented evaluations from sources outside PPIRS may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS.
D. Capacity: Ability to perform approximately $4,000,000.00 in work of the required type in a base period and four (4) option periods. The evaluation will consider the availability of an adequate number of qualified personnel in key disciplines to manage and complete multiple concurrent task orders and meet unforeseen schedule changes while maintaining delivery of a quality product on a timely schedule.
E. Knowledge of the Locality: Knowledge of the geographical and ecological region within the LRD and navigable commercial inland waterways in the United States.
F. Equitable Distribution of DoD Contracts: Volume of DoW A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoW A-E contracts among qualified firms, including small business (SB) and small disadvantaged businesses (SDB).
4. SUBMISSION REQUIREMENTS: Offerors shall submit SF330 Part I and SF330 Part II electronically through the PIEE Solicitation Module at www.piee.eb.mil and reference the solicitation number of W9123726RA009. SF330s shall be a minimum 12- point font except where mandated fillable forms require smaller fonts. No paper copies, CD, DVD, thumb drives, email, or facsimile will be accepted. To be eligible for award, a firm must be registered in System for Award Management (SAM). Register via the SAM internet site at www.sam.gov. Solicitation packages are not provided and no additional project information will be given to A-Es during the announcement period. This is not a request for proposal. The POC for this procurement is Katrina D. Lazare, katrina.d.lazare@usace.army.mil.
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION GREAT LAKES AND OHIO
ENDIST HUNTINGTON
W072 ENDIST HUNTINGTON
W072 ENDIST HUNTINGTON
KO CONTRACTING OFFICE
502 EIGHTH STREET
HUNTINGTON, WV, 25701-5000
NAICS
Engineering Services
PSC
ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING