AWARD
C -- IDIQ A-E CONTRACT FOR GEOTECHNICAL-FOCUSED ENGINEERING, INVESTIGATION & DESIGN SERVICES IN SUPPORT OF SOUTH PACIFIC DIVISION (SPD) - WIDE DAM & LEVEE SAFETY PROGRAMS
- Notice Date
- 4/1/2010
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-09-R-0026
- Archive Date
- 5/1/2010
- Point of Contact
- Carol A. Dones, 916 557-7318
- E-Mail Address
-
USACE District, Sacramento
(carol.a.dones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91238-10-D-0003
- Award Date
- 4/1/2010
- Awardee
- HDR/FUGRO WLA (832412352)<br> 2365 IRON POINT RD<br> FOLSOM, CA 95630-8711
- Award Amount
- $98,000.00
- Line Number
- 000101
- Description
- 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 and construction phase services. These services are generally 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, periodic detailed inspections and/or risk assessments of dams or levees, 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. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. The end result of these projects will be design. A specific scope of work and services will be issued with each task order. 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, periodic inspection and/or risk assessment of dams or levees, 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 assessment is 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 classification 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. Construction phase services may also be required. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD) and delivering the two or three-dimensional drawings. The Government will only accept the final product for full operation, without conversion or reformatting. Work may be performed in the AutoDesk AutoCAD release 2008 or Bentley MicroStation V8.5 or higher environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be field, desktop or Internet based. Exploration borehole and other logs shall be prepared to Corps standards. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with- the Architectural, Engineering, and Construction (A/E/C) CADD Standard, Release 3.0 https://cadbim.usace.army.mil/CAD. The target platform is a Pentium 3.0 GHz, 512 MB Ram and 40 GB Hard Drive with Windows XP Professional operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in a raster format compatible with the specified target platform electronic digital format. Drawing files shall also be delivered in Portable Document Format (PDF). The specifications will be produced in SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2008, or in MicroStation V8.5 or higher. The Government will only accept final documents found to be fully operational without conversion or reformatting on the target platform specified. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MII)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. The Secretary of the Armys Contractor Manpower Reporting (CMR) Requirement (Attachment 2, Section J) will be incorporated into this contract. The annual CMR requirement will apply to each task order, which is funded by Army dollars; supports an Army mission, which benefits or supports any Army military, civilian, contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subjecct to the CMR requirement. Further information is available at http://cmra.army.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/Awards/W91238-10-D-0003.html)
- Record
- SN02109415-W 20100403/100401234716-527543443b5db68dbe3dd40b4e92a83b (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 |