Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2007 FBO #2181
SOURCES SOUGHT

C -- INDEFINITE DELIVERY A-E CONTRACT FOR GEOTECHNICAL AND GEOLOGICAL ENGINEERING SERVICES FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, CORPS OF ENGINEERS

Notice Date
11/14/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-08-R-0701
 
Response Due
12/14/2007
 
Archive Date
2/12/2008
 
Point of Contact
Deborah Krems, 314-331-8515
 
E-Mail Address
Email your questions to US Army Engineer District, St. Louis
(Debbie.Krems@mvs02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY A-E CONTRACT FOR GEOTECHNICAL AND GEOLOGICAL ENGINEERING SERVICES FOR AREAS SELECTED BY THE ST. LOUIS DISTRICT, U.S. ARMY CORPS OF ENGINEERS, RESTRICTED TO SMALL BUSINESS SET-ASIDE. POC Geospatial Engineering Branch, Donald K. Fe ndler, (314) 331-8119, Contract Specialist, Deborah A. Krems (314) 331-8515. Solicitation W912P9-08-R-0701. 1. CONTRACT INFORMATION. Services of a qualified Architect-Engineer (A-E) firm are sought for geotechnical and geological engineering evaluation f or components of major projects for the St. Louis District, U.S. Army Corps of Engineers. Contract work is intended primarily for projects within the geographical boundary of the St. Louis District, although some of the work may occur within the Mississip pi Valley Division (MVD) boundaries. The Government may, upon concurrence of the Contractor, accomplish work in other geographical regions after coordination with other Corps Districts. The Government intends to negotiate and award one small business set -aside indefinite delivery contract within one year after the required response date of this announcement. The contract period will not exceed three years. The contract total amount will not exceed $1,000,000.00; however, the Government reserves the righ t to award the contract for a lesser amount. Work will be issued by negotiated firm fixed price task orders not to exceed the contract amount. This contract is being procured in accordance with the Brooks A-E Act implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. See Numbered Note 24 in ASFI for general information on the A-E selection process. This contract is set aside for small businesses only. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000 in annual average receipts. Each firm responding to this announcement must indicate their size status under the specified NAICS code and stat e if they are currently certified as a small business firm. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, re lative to the employees office location. Prior to contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Informati on Center at 1-(800)-334-3414. 2. PROJECT INFORMATION: The services will be applicable to civil works projects such as locks and dams; project visitor centers; administration and maintenance buildings and facilities; flood control structures; roadway an d railroad closure structures and miscellaneous small projects at locks and dams and reservoir projects. Firms considered must have a full range of capability for these types of projects. 3. SELECTION CRITERIA: The selection criteria for this for this p articular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary and criteria e-f are secondary and will be used as TIE BREAKERS among technically equal firms. a. SP ECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Experience in planning, investigation, analyses, design, and reporting of geotechnical engineering analyses of various sized civil works projects including; flood control levees, navigation locks and dam s, earth dams, cofferdams, urban drainage projects, pumping stations, roadway and railroad closure structures, gravity drains, building and facilities, and other appurtenant structures. Ability to complete the following geotechnical studies and analyses: slope stability analyses (utilizing Spencers procedures); levee underseepage analyses; groundwater modeling studies; bearing capacity analyses; settlement co mputations of shallow foundations; deep foundation analyses including axial and lateral analyses; risk and reliability analyses; dam safety studies; liquefaction analyses; sizing of dewatering systems; excavation studies, concrete mix design; cement and ch emical grouting of soils; and erosion studies. Ability to collect and evaluate geotechnical data for safety assessments of dams and local flood protection projects. Experience in geotechnical instrumentation design, analyses, and installation. Ability t o provide expert engineering-during-construction advice; 2) Experience in planning, investigation, analyses, design, and reporting of geological engineering analyses of various sized civil works projects including; flood control levees, navigation locks and dams, earth dams, cofferdams, urban drainage projects, pumping stations, roadway and railroad closure structures, gravity drains, building and facilities, and other appurtenant structures. Ability to complete the following geological, rock mechanics a nd rock foundations studies and analyses: engineering geophysics; mine subsidence; rock excavations; blasting; cement and chemical grouting of rock; and environmental geology. Experience in directional drilling, tunneling and micro-tunneling; (3) Soil and rock drilling, sampling and testing where needed to perform geotechnical analysis for all features described above including hazardous and toxic waste areas requiring Level C protection in accordance with Occupational Safety and Health Administration Regu lation 29 CFR 11910.120; (4) Environmental analysis and HTRW remedial designs; (5) Firms should have or express the capability to acquire subcontractors with experience and equipment for any of the above as needed; (6) Quality management procedures includ ing a corporate Quality Management Plan for any of the above as needed; (7) Effectiveness of the project team including management structure; coordination of disciplines, subcontractors; and prior working relationships; (8) Ability to deliver CADD file in the Bentley/Microstation Version 8 format. Although not an evaluation factor, firms should state their proficiency in the following software packages which may be required by certain task orders: UTexas version 4 (for Slope Stability). gINT version 8 (f or storage and retrieval of geotechnical exploration and testing information). Groundwater Modeling System (for groundwater modeling studies). b. PROFESSIONAL QUALIFICATIONS: The firm should have, either in-house or through subcontractors and consultant s, qualified and licensed professional civil engineers, geotechnical engineers (including HTRW experience), geological engineers, geologists, dam safety engineers, construction material engineers, instrumentation engineers, hydro-geologic engineers, soil a nd rock drillers (including drilling and sampling in Level C PPE), and soil and rock testing personnel (including testing of HTRW samples), and technicians with demonstrated expertise in all aspects of geotechnical and geological engineering, evaluation an d design services. The firm should have a qualified management team and quality control staff. The governments evaluation will consider the education, training, registrations, licensing, certifications, longevity with the firm, and the overall relevant experience of all management, professional and technical personnel using information from Block E of the SF 330 submittal. Interested firms should ensure that their SF 330 includes the resumes of all management, professional and technical personnel listed in this paragraph. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, Part I, Section E. c. PAST PERFORMANCE: Past performance on similar Department of Defense Contracts and other c ontracts with respect to quality of work, cost control, and compliance with performance schedules, as determined from ACASS/CPARS/PPIRS, credible documentation included in the SF 330, and other sources. d. CAPACITY TO ACCOMPLISH WORK: Firms must have the capability to complete approximately $500,000 of the required type of work in a one-year time period for delivery of a quality product on a timely schedule, a nd the capacity to perform $1,000,000 of the required type of work in a three-year time period. The governments evaluation will consider the availability of an adequate number of personnel in key disciplines (management, professional, technical, and qual ity control); equipment availability (i.e. the extent of in-house facilities versus subcontracting needs); the firms demonstrated ability to perform and monitor multiple task orders simultaneously; the firms demonstrated ability to use quality control pro cedures and tools to ensure quality final products; and the firms demonstrated ability to adhere to design schedules. e. GEOGRAPHIC PROXIMITY: Location of the firm and geographic proximity to the St. Louis District office headquarters. f. EQUITABLE D ISTRIBUITION OF DOD CONTRACTS: Evaluation will consider the volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION RE QUIREMENTS: Interested small business firms having capabilities to perform this work must submit three copies of completed SF 330 to, Attn: Debbie Krems, CEMVS-CT-X, 1222 Spruce Street, St. Louis, MO 63103-2833 not later than 3:00 PM local time on the 3 0th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline in 3:00 PM local time of the next business day. Include each firms DUNS number in block 4, Architect-Engineer Qualifications Part II-Gene ral Qualifications. Include the firm's ACASS number in Part I, Section C, Block 9 of the SF 330 submittal. For information regarding accessing the ACASS system, call 503-808-4590. In section D include an organization chart of the key personnel to be ass igned to the project. Indicate in section C-11 or section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In section H describe the firms overall Design Q uality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Also include in section H the number and amount of f ees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation pa ckages are not provided. This is not a Request for Proposal (RFP)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN01452199-W 20071116/071114225527 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.