SOURCES SOUGHT
C -- IDIQ-Geotechnical Investigations/Studies leading to the Design/Construction of Flood Mgmt. Structures including Dams, Levees, etc. This contract will be for use on projects within the geographic boundaries of the South Pacific Division, COE.
- Notice Date
- 10/1/2006
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-07-S-6274
- Response Due
- 10/17/2006
- Archive Date
- 12/16/2006
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only to determine whether a minimum of 3 highly qualified A-E firms capable of performing all of the stated types of A-E services, exists within the small business community. ONLY SMALL BUSINESS FIRMS SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be 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 all of the required work. The type of contract is expected to be a Firm Fixed Price, 5 Year/$10M Total, (Base Year and 4 Option Years) IDIQ contract. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be i ncluded in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The A-E services are for the investigation and studies leading to the design and construction of flood management structures including dam, levees and channels and associated appurtenant structures, and are for use within the COE South Pacific Division military and civil boundaries, or for any South Pacific Division customers, as d etermined by the Contracting Officer. Project support efforts, including subsurface investigations, in-field testing including but no limited to unit weights (small to large techniques), field stress/strain measurement, seismic parameters and hydraulic co nductivity, borrow site investigations to determine suitability of materials, design/construction parameters, development of methods to reduce exit gradients including but not limited to seepage berms, impermeable blankets, cutoff walls, subsurface drainag e systems, relief wells, and sump pumps, development of methods to mitigate for seismic activity, design of dewatering systems, development of soil/rock design parameters for structures, are included as potential project requirements. Development of const ruction plans and specifications (SPECSINTACT),e.g. design alternatives, quantities, plans, cost estimates (M-CACES), and instructions to field personnel are also important elements of the proposed contract. Capabilities in other disciplines, such as Geog raphical Information Systems (GIS), Computer Aided Drafting Design (CADD). This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work an d services will be issued with each task order. 2. QUALIFICATIONS: Skills/Experience: Interested Small Business firms must have the capability to perform, and must have a minimum of five years of experience, in the following essential areas of expertise. In no particular order of importance: a. Subsurface Investigations utilizing all types of geotechnical drilling and sampling techniques, cone penetrometer (or similar systems) and geophysical equipment. b. Civil design work to produce Plans & Specifications, i.e. quantities, construction drawings, cost estimates using MCACES, and produce specs using SPECSINTACT c. Infield testing including but not limited to unit weights (small to large techniques), field stress/strain measurement, seismic parameters and hydraulic conductivity. d. Borrow site investigations to determine suitability of materials, design/construction parameters. e. Development of methods to reduce exit gradients including but not limited to seepage berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, and sump pumps. f. Laboratory testing of disturbed and undisturbed soil and rock samples. All types of geotechnical testing including but not limited to the following: classification of all types of soils from organics to rock; w ater content, specific gravity, density, relative compaction, compaction testing, strength testing varying from 1.4-inch to 12-inch diameter, consolidation testing and hydraulic conductivity testing. g. For cut slopes; all types of embankments; and channels-stability analysis, seismic analysis, settlement analysis, seepage analysis, erosion mitigation; and risk-based analysis. h. Development of methods to build on soft foundations, e.g. mats, pillars, wicks, geosynthetics. i. Development of methods to mitigate for seismic activity j. Design of dewatering systems. k. Develop soil/rock design parameters for structures including but not limited to unit weights of soil, water content, compression, angle of internal friction, coefficient of active earth pressure, coefficient of passive earth pressure, range of CBR and sub-grade moduli. l. Provide technical support during construction e.g. change conditions, inspections of critical sites. This Procurement will be conducted under North American Industrial Classification System Code (NAICS) 541330, FSC Code: C219, SIC Code: 8711. The Small Business size standard for this code is $4,500,000.00. To be considered a Small Business under this N AICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is a Large Business. All respondents, in their respo nse to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a small business, 8(a) Program participant, HubZone Small Business, Small Disadvantaged Business, Wom an-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran-Owned Small Business. All questions should be directed to the Contract Specialist, at (916) 557-5196, fax (916) 557-5278, email Harold.Williamson@usace.army.mil. All interested Small Business parties are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The responses must be specific to each of the qualifications l isted above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Go vernment. Again, this is not a request for competitive proposals or quotations; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as Set-aside for 8(a) Program, HubZone, Small Business, or Unrestricted, is within the discretion of the Government. All responses are due to the US Army Corps of Engineers, Sacramento District, ATTENTION: Harold Williamson, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 17 October 2006.
- Place of Performance
- Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Country: US
- Zip Code: 95814
- Record
- SN01159570-W 20061003/061001220158 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |