Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
SOLICITATION NOTICE

C -- A-E Contract for Geotechnical Engineering, Design and Investigation Services in Support of the South Pacific Division (SPD) Wide Dam Safety and Levee Safety Programs for the Corps of Engineers SPD. -

Notice Date
12/9/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-R-0012
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
Dori Turner, 916-557-9480<br />
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: 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. The A-E services are for the investigation, studies and design leading to the construction of flood management structures including major dams, levees and channels and associated appurtenant structures. These services are for use within the Corps of Engineers, South Pacific Division, military and civil boundaries, and for any South Pacific Division customers, as determined by the Contracting Officer. Project work will include subsurface investigations, geophysical and strength testing, materials testing and materials property development, seismicity and seismic parameters, seepage and stability analysis, borrow site investigations to determine suitability of materials, design/construction parameters, designs for dam and levee safety remediation including but not limited to large embankments, floodwalls and channels, insitu densification, seepage and stability berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, development of methods to mitigate for seismic activity, design of dewatering systems, development of construction 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 Geographical Information Systems (GIS), Computer Aided Drafting Design (CADD) are important elements of the proposed contract. The North American Industrial Classification System Code (NAICS) is 541330, which has a business size standard of maximum $4.5 million of average annual receipts for its previous 3 fiscal years. The Standard Industrial Code (SIC) is 8712. This requirement is 100% small business set-aside. Since the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A Firm Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be negotiated and is anticipated to be awarded in February 2009. If the February 2009 date is not met, the one negotiated contract will be awarded within one year after the required response date to this announcement. The contract will be for maximum one-year base period from the date of award and will contain options to extend 4 additional periods. The contract amount for the base period and any option period will not exceed $1,960,000 for each period. The total contract amount shall not exceed $9,800,000. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option year may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within the years 12 month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period contract amount. At the discretion of the Government, if an option year is exercised early and unused capacity is rolled over, the Government may extend the period of service to coincide with the anniversary date of that period. The minimum guarantee for the base year of the contract will be $39,200.00. 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). If a subcontracting plan is required, Sacramento Districts recommended goal for work subcontracted is 70.0% for small business. The goal further states that of the 70.0% to be subcontracted to small business. 6.2% is for small disadvantaged business (subset to small business), 7.0% is for small business/woman owned (subset to small business), and 0.9% is for Service-Disabled Veteran-Owned Small Business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. These figures are the current FY08 goals. These goals are subject to change upon the FY09 goals being published. If the presolicitation is still open, an amendment will be done to reflect the new FY09 goals. If the posting has closed, the new goals will be communicated to the selected contractor. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at https://www.bpn.gov/ccr/scripts/index.html or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at https://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000.00, the USACE will evaluate contractors performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $110-$125 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.navy.mil. If the contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Task orders under this contract may include subsurface drilling and investigations, in-field permeability, geophysical and strength testing, materials testing and materials property development, seismicity and seismic parameters, hydrologic and hydraulic analysis/ design, structural analysis/design, geotechnical analysis/design including slope stability, settlement, seepage, erosion, mechanical and electrical analysis/design, and risk based analyses, borrow site investigations to determine suitability of materials, design/construction parameters, designs for dam and levee safety remediation including but not limited to large embankments, floodwalls and channels, insitu densification, seepage and stability berms, impermeable blankets, cutoff walls, subsurface drainage systems, relief wells, development of methods to mitigate for seismic activity, design of dewatering systems, development of construction plans and specifications (SPECSINTACT), e.g. design alternatives, quantities, plans, cost estimates (M-CACES), bore hole logging software, Geographical Information Systems, (GIS), groundwater studies, computer aided drafting design (CADD), topographic and hydrographic survey and mapping, and instructions to field personnel are also important elements of the proposed contract. Project support efforts including site reconnaissance, environmental and wetland assessments, wildlife and habitat assessments and historical assessments in accordance with NEPA and SHPO are included as potential project requirements. Laboratory testing includes testing of disturbed and undisturbed soil and rock samples, using only Corps Materials Test Center certified laboratories. All types of geotechnical testing including, classifications of all types of soils, from organic to rocky, petrographic analysis, water content, specific gravity, density, relative compaction, compaction testing, strength testing, and hydraulic conductivity testing. Also included is the capability to perform detailed dam and levee safety risk analyses (for both economic and life-loss) including analyses for potential operating restrictions. Design effort may include, but are not limited to: design of large earth dam embankments, levee embankments, outlet works, spillways, canals, and/or related structures or other dam remediation techniques, such as cutoff walls, jet grouting, dynamic compaction and other techniques. Engineering support during construction may also be required. 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 and services will be issued with each task order. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in performing dam and levee safety work in the categories listed in the project information above. When applicable, significant expertise for work inside the Sacramento District boundaries will be considered in determining the most highly qualified firms. B. Past performance on Corps of Engineers, DOD, and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel who are certified, registered, and highly trained in the following key disciplines: Project Manager, Civil Engineer, Geotechnical Engineer, Hydrologic Engineer, Hydraulic Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Geophysicist, Cost Engineer, Hydrogeologist, Geologist, Seismologist, Surveyor, GIS Specialists, CADD Designer and CADD Operator. The evaluation will consider education, training, registration, over all relevant dam and levee safety experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations within the required timeframe, including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of Central California. G. Extent of participation of small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 50 double sided pages not counting any dividing page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. The most highly qualified firms may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. POINT OF CONTACT: Mr. Stanley K. Ho (916) 557-6677. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330, which shall be considered by the agency. Contracting Office Address: US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814 Place of Performance: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 Point of Contact(s): Dori Turner, 916-557-7480 US Army Engineer District, Sacramento
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9329f1d8200e6d94c70860195e2a671&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01715742-W 20081211/081209215158-d9329f1d8200e6d94c70860195e2a671 (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.