SOLICITATION NOTICE
C -- IDIQ A/E contract for Multi-Discipline A/E services, Primarily Geotechnical Exploration and Testing/Geotechnical Engineering/Concrete and Asphalt Materials Testing and Evaluation/Environmental Investigative Services and Environmental Engineering
- Notice Date
- 4/7/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-08-R-0009
- Response Due
- 5/27/2008 5:00:00 PM
- Archive Date
- 7/26/2008
- Point of Contact
- Marie Cramblett, 309-794-5519
- Description
- INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT/ENGINEER CONTRACT 1. Contract Information: Indefinite Delivery A/E contract for Multi-Discipline A/E services, primarily Geotechnical Exploration and Testing/Geotechnical Engineering/Concrete and Asphalt Materials Testing and Evaluation//Environmental Investigative Services and Environmental Engineering is to be awarded for services primarily within the Rock Island District boundaries (Iowa, Illinois, Wisconsin, Missouri and Minnesota), but may alsobe required for selected areas throughout the Mississippi Valley Division. The contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $500,000 during a base period, with an option to extend four additional periods. The Contractor is guaranteed no less than $10,000 the first year and $5000 for the option periods, if exercised. Multiple awards may be made. The estimated initial contract award date is October 2008. An option period may be exercisedearly when the amount of the current period reaches $500,000. Work assignments will be issued by negotiated firm fixed price task orders not to exceed the base contract amount. If concurrent multiple awards are made, task orders will be allotted based upon the Contracting Officers determination of the special qualifications of the firm, the nature of the work involved in the task order, the immediacy of the work and availability of the firm. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. Project Information: The types ofprojects may include all or part of the following: (1) Geotechnical projects; drilling, undisturbed and disturbed sampling in soil, rock, asphalt and concrete, cone penetration testing with pore water measurement, field and laboratory geotechnical testing, materials testing and evaluation, and geotechnical analysis to include computer generated boring logs and databases (gINT version 8), seepage, slope stability, settlement, bearing capacity, and wave generation analysis reports, evaluation and selectionof soil, rock, asphalt, and concrete properties for use by others in geotechnical studies. Simple surveying will be required for locating and elevating borings and other tests as required. (2) Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include Phase I/II ESAs; site/remedial investigations and assessments under CERCLA, RCRA, and TSCA; risk characterization and assessment; environmental monitoring, sampling, and testing; remedial action design; hazardous material and waste management; and lead, asbestos, PCBs, and radon testing, management and remedial design. Drawings shall be accomplished using computer-aided design and drafting (CADD) in accordance with the E/E/C CADD Standard Release 3.0 as published by the CADD/GIS Technology Center in Vicksburg, MS and The Rock Island District local guidance as appropriate. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications. 3. Selection Criteria: The selection criteria are listed in descending order of importance. Criteria a. thru g. are primary. Criteria h. and i. are secondary and will only be used as ``tie-breakers' among technically equal firms. (a) Qualified Registered/Licensed Professional Personnel in the following key disciplines: Civil Engineering or Environmental Engineering (IL for HTRW), Soils Engineering, Geotechnical Engineering, Geologist. Qualified personnel are required in the following key disciplines: Engineering Technician, Laboratory Technician, Draftsmen/CADD operator, GIS Technician and Environmental Professional (ASTM E 1527). The evaluation will consider education, training, registration, and experience. (b) Recent Specialized Experience and Technical Competence of the firm (including consultants) in: (1) geotechnical exploration and testing, (2) geotechnical engineering and engineering geology, (3) concrete and asphalt materials testing and evaluation, (6) Computer Generated Geotechnical Databases, GIS, and Computer Aided Drafting and Design (CADD) and ability to produce deliverables fully compatible with the following Rock Island Districts systems: MicroStation (version V8 2004 or later) ESRI ArcGIS (version 8.1 or later), gINT version 8 or Higher and Data Forensics Rapid CPT as required. Finished products shall be in compliance with the AEC CADD Standards or Spatial Data Standards as appropriate and the Rock Island District Electronic Deliverables guidance. These standards are published by the CADD/GIS Technology Center in Vicksburg, Mississippi, and the Rock Island District, (7) Utilization of latest technology, which improves efficiency of effort, (9) Experience with environmental investigative services including HTRW Phase I and II Environmental Site Assessments, (10) Experience with HTRW Site remedial investigations and assessments and (13) Experience with environmental monitoring, sampling, and testing including the use of a National Environmental Laboratory Accreditation Conference (NELAC) and/or Corps of Engineers approved laboratory. (c) Capacity to accomplish the work in the required time, including adequate equipment and the ability to provide two or more qualified investigative teams at a time, (d) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (e) Capacity to perform two task orders concurrently (f) Knowledge of the local conditions such as topographic features, climatic conditions, local geology, local laws and regulations. (g) Large Business offerors must identify subcontracting opportunities with Small Business, HubZone Small Business, Small Woman-Owned Business, and Small Disadvantaged Businesses on their SF330. If selected, the large business offeror will be required to submit a small/small disadvantaged & woman-owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request For Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan OF THE SUBCONTRACTED WORK (23% TO SMALL BUSINESS: 5% TO SMALL DISADVANTED BUSINESSES (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMAN OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); AND 3% TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. Large business firms that intend to do any subcontracting must convey their intent to meet theminimum goals on the SF330. Written justification must be provided if the minimum goals cannot be provided. (h) Geographic proximity to Rock Island, Illinois to provide good work coordination; and (i) Volume of DOD Contracts awarded in the previous 12 months. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of thework and availability of the firm. Distribution of the work will be a secondary consideration. In the final selection process, the most highly qualified firms may be interviewed. 4. Submittal Requirements: Qualified firms desiring consideration shall submit 4 copies of the SF330 and 4 copies of any subcontractors current SF330. Submittals are to be sent to this office within 30 calendar days from the date of this announcement. Firms ACASS No. is to be shown on SF 330, Section H. (Call ACASS Center 503-326-3459 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must also be clearly stated in Section H. Responding firms are required to clearly identify tasks to perform in-house and those to be subcontracted. Firms must submit the names and supporting qualification data of all subcontractors. Firms that do not comply with requirements will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is 8711 and the NAICS Codes are 541330 and 541380. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=055a2a88a81823d7a5baf660c44b3793&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Zip Code: 61204-2004
- Record
- SN01549093-W 20080409/080407221056-055a2a88a81823d7a5baf660c44b3793 (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 |