SOLICITATION NOTICE
C -- Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineering Geotechnical Services
- Notice Date
- 6/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U. S. Army Engineer District, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-08-R-0019
- Response Due
- 7/14/2008
- Archive Date
- 9/12/2008
- Point of Contact
- Raushanah Muhammad, 9783188478
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: The U.S. Corps of Engineers, New England District plans to award an Indefinite Delivery/Indefinite Quantity Contract (IDIQ) that will provide for the capability to issue a series of task orders with the total contract not to exceed $3,750,000 over five years. The contract will be for a base period of one year and at the option of the Government, may be extended for four additional one-year periods. Work will primarily be performed within the boundaries of the New England District (ME, MA, CT, RI, NH, and VT) but work may also be required at various locations in the North Atlantic Division (NAD) Mission Areas (ME, MA, CT, RI, NH, VT, NY, NJ, PA, DE, MD, WV, VA, and DC; excluding Europe). This announcement is open to all businesses regardless of size (unrestricted). If a large business is selected for this contract, a Small Business Subcontracting Plan, prepared in accordance with FAR Clause 52.219-9, Small Business Subcontracting Plan, must be submitted prior to contract negotiations and approved by the government before contract award. The Subcontracting Plan is not required with this submittal. New England District encourages all small businesses to participate as prime and should consider teaming with other businesses. Small businesses for this contract action are defined under the North American Industry Classification Code (NAICS) of 541330, which specifies that the firms have no more than $4,500,000 in average annual receipts over the past 3 fiscal years. Award of this contract to the subsequently selected firm is anticipated in July or August, 2008. This contract is being 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 the required work. 2. PROJECT INFORMATION: Contract will provide general geotechnical engineering and related services at various locations in the Corps North Atlantic Division (primarily New England) which may include performing investigations, studies, designs or technical evaluations, including but not limited to: evaluation of earth and rock structures using conventional and finite element analyses; earth embankment dam and levee design, evaluation and construction, including seepage, stability, seismic and deformation analyses and design of special foundation treatments; seismic stability evaluation; risk and reliability evaluation of earth structures; embankment instrumentation installation, monitoring and evaluation; designing, performing, and inspecting subsurface geotechnical investigation and testing programs; preparing geotechnical instrumentation reports related to dam safety; performing geophysical investigations including borehole logging to determine physical, chemical, and other environmental parameters of subsurface soils, bedrock, and/or groundwater; application of advanced geophysical imaging techniques for site characterization and in-situ monitoring; investigation, analysis, and determination of groundwater flow patterns, properties, and hydraulic parameters; and design and installation of geothermal systems, also known as ground-source heat pumps (GSHP). 3. SELECTION CRITERIA: The selection criteria are listed below. (1) Primary Selection Criteria (a) Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). (b) Professional Qualifications (FAR 36.602-1(a)(1)). (c) Past Performance (FAR 36.602-1(a)(4)). (d) Capacity (FAR 36.602-1(a)(3)). (e) Knowledge of the Locality (FAR 36.602-1(a)(5)). Specialized Selection Criteria for this contract, are listed in descending order of importance, they are criteria a-e: a. The firm must have professional engineers with demonstrated geotechnical expertise registered in all NAD states (identified above) and the District of Columbia; as well as geologists, including registered professional geologists in applicable states. A firm may satisfy this requirement by having its registered engineers on staff or through a consultant (s). Firms not meeting this requirement will be considered unqualified. b. Firms must have capability to provide all deliverables in MicroStation SE CADD software, release 7 or higher, electronic digital format. The Government will only accept this format, without conversion or reformatting. c. Firms must have capability to perform stability, seepage and stress analyses using the latest version of the GeoStudio suite of programs (currently 2007). d. Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineer (COE) contracts will be prepared using COE Guide Specifications and SPECSINTACT. e. Firms must demonstrate previous experience in preparing construction cost estimates with the Micro Computer Aided Cost Estimating System (MCACES) and Life Cycle Cost Analysis methodology. The firm shall also demonstrate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail. (2)Secondary Selection Criteria (only used to break a tie among two or more technically equal firms) (a) SB and SDB Participation (DFARS 236.602-1(a)(6)(C)). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration (b) Geographic Proximity (FAR 36.602-1(a)(5)). Proximity is simply the physical location of a firm in relation to the location of a project, and has very little to do with the technical ability of a firm to perform the project. It will have very little bearing on this selection. (c) Volume of DoD Contract Awards (DFARS 236.602-1(a)(6)(A)). DoD A-E contract awards can be obtained from ACASS, and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms being able to perform this work must submit Part I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors when they will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Raushanah Muhammad, Contract Branch, no later than the close of business on July 2, 2008. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch (for any additional pages). The New England District does not retain SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, visit http://fedgov.dnb.com/webform/ or call Dunn and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, any general or administrative questions may be directed to the point of contact for this announcement. Point of Contact: Raushanah Muhammad, 978-318-8478 Email your questions to Raushanah.M.Muhammad@usace.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41d9b3016b6b5f6e6108f8d2483c4ab9&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN01592305-W 20080614/080612220238-41d9b3016b6b5f6e6108f8d2483c4ab9 (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 |